Indonesia S&RTS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in Indonesia. This UNRESTRICTED opportunity seeks comprehensive cargo management for Defense Transportation System (DTS) sponsored cargo across multiple Indonesian ports. The contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) arrangements. Proposals are due March 12, 2026.
Scope of Work
The contractor will provide a full spectrum of S&RTS for U.S. Government (USG) cargo, including containers, vehicles, breakbulk, and rotary/fixed-wing aircraft. Services encompass stevedoring, longshoring, vessel load/discharge, truck/rail reception and disposition, cargo management and preparation, staging, storage, onward movement, intra-port transfers, vessel preparation, documentation, tallying, checking, handling, warehousing, and storage of dunnage and tiedown materials. Operations are required 24 hours a day, seven days a week, 365 days a year, at ports including Banyuwangi, Tanjung Priok (Jakarta), Surabaya, Panjang, and Semarang Perak. The scope includes handling all classes of supply, military vehicles, Arms, Ammunition, and Explosives (AA&E), hazardous materials, sensitive, controlled, and refrigerated cargo.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) pricing.
- Period of Performance: A five-year ordering period from July 1, 2026, to June 30, 2031, with an optional six-month extension from July 1, 2031, to December 31, 2031.
- Minimum Order Value: $2,500.00 for the first twelve months.
- Maximum Contract Value: Total contract award amount plus a 25% increase.
- Estimated Total Value: The Schedule of Rates (SOR) indicates an estimated total value of $231,000.00 over the five-year period plus the six-month extension.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 488320 (Marine Cargo Handling) with a size standard of $47,000,000.00.
Submission & Evaluation
- Proposal Due Date: March 12, 2026, by 12:00 PM Central Time (CT). This date was extended via Amendment 0001.
- Submission Method: Proposals must be submitted via email to the points of contact. Hard copy and facsimile proposals will not be accepted.
- Proposal Format: Adobe PDF format, with the price proposal in Microsoft Excel (.xlsx).
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA) source selection process.
- Evaluation Factors:
- Technical Proposal: Evaluated as Acceptable/Unacceptable, based on Attachments 3 (Essential Contractor Services Plan) and 5 (Technical Worksheet). An "unacceptable" rating on any part of these attachments will result in an overall "unacceptable" technical rating.
- Price Proposal: Evaluated for fairness and reasonableness based on Attachment 2 (Schedule of Rates).
- Key Requirements: Offerors must be registered in the System for Award Management (SAM).
Key Attachments
- Attachment 1 - Performance Work Statement (PWS): Details the full scope of services required.
- Attachment 2 - Schedule of Rates (SOR): Provides detailed pricing for services and forms the basis for price proposals.
- Attachment 3 - Contractor Plan for Continuation of Essential Contractor Services: Requires a plan (max 5 pages) for maintaining services during crisis situations, per DFARS 252.237-7024.
- Attachment 4 - RFP Information and General Compliance Worksheet: Guides bidders on company information, compliance, and submission requirements.
- Attachment 5 - Technical Worksheet: Requires detailed technical responses (max 15 pages) demonstrating capability to meet PWS requirements.
Points of Contact
- Primary: Casey D. Schuette (casey.d.schuette.civ@mail.mil)
- Secondary: Laura Tebbe (laura.b.tebbe.civ@mail.mil)