Lay Berthing Services for Long-Term Safe Lay Berth for Watson LMSR Vessels
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. Department of Transportation, Maritime Administration (MARAD) is conducting market research through a Sources Sought Notice to identify capable sources for long-term, exclusive-use lay berthing services for up to two WATSON Class LMSR vessels (TRAVIS E WATKINS and MITCHELL RED CLOUD) on the U.S. West Coast. This is not a solicitation for award, but for planning purposes. Responses are due by February 06, 2026.
Scope of Work
MARAD seeks facilities and operators able to provide comprehensive lay berthing services consistent with the full requirement. Key requirements include:
- Exclusive-use long-term layberthing for WATSON Class LMSR vessels.
- Facility location on the U.S. West Coast (San Diego north through Washington, including Puget Sound and Columbia River).
- Mooring arrangements and Heavy Weather Mooring Plan certifiable to Mooring Service Type III.
- Adequate water depth, turning room, and approach for vessel draft and maneuvering.
- Resilient and UHMW fendering.
- Pier apron and staging area sized for RO/RO stern ramp operations.
- Pier services: metered shore power, potable water, sewage, telephone/data connections.
- Security: continuous access control, perimeter fencing, guard presence, CCTV, lighting.
- Environmental compliance: NEPA coordination, oil spill response plan, permits.
- Access to a full-service port complex (ship repair, tugs, pilot services, bunkering, oily waste disposal).
- Insurance and indemnity consistent with MARAD requirements.
Contract & Timeline
- Opportunity Type: Sources Sought Notice (SSN) 693JF7-26-SS-0002
- NAICS Code: 488390
- PSC Code: R425 (Engineering And Technical Services)
- Response Due Date: February 06, 2026, 22:00 UTC
- Published Date: February 13, 2026
- Agency: MARITIME ADMINISTRATION, U.S. Department of Transportation
Eligibility / Set-Aside
This is market research. Offerors should indicate their socio-economic category (e.g., Small Business, HUBZone) to inform MARAD's acquisition strategy, including potential small business set-aside determinations for a future solicitation.
Submission & Evaluation
Interested parties must submit a capability statement (maximum 10 pages plus attachments). Responses will be used to identify capable sources and inform future acquisition planning. This notice is for market research only; no contract will be awarded based solely on responses.
Additional Notes
The full requirement (detailed layberth Statement of Work and attachments) will be provided to interested parties upon request or as part of a future solicitation. Responses should include company/facility identification, confirmation of targeting WATSON Class LMSR vessels, facility location and description, water depth data, mooring fittings, fendering, utilities, security capabilities, access to port complex resources, environmental/permitting status, insurance summary, past performance, socio-economic status, and any limitations. Optional attachments include facility drawings, soundings, tug/pilot support letters, berth photos, sample Heavy Weather Mooring Plan executive summary, and proof of lease/title.