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 Maritime Administration (MARAD) is soliciting proposals for Lay Berthing Services for up to two WATSON CLASS LMSR RRF vessels on the U.S. West Coast. This is a 5-year IDIQ contract, awarded on a Lowest Price Technically Acceptable (LPTA) basis. Proposals are due April 6, 2026.
Scope of Work
MARAD requires exclusive, long-term safe layberthing services for the TRAVIS E WATKINS and MITCHELL RED CLOUD, or similar/smaller substitute vessels. Key requirements for the layberth facility include:
- Safety & Security: Compliance with OSHA, USCG, and MARAD protocols, including perimeter fencing, access control, security guards, CCTV, and lighting.
- Access: 24/7 access for personnel and vehicles, with adequately maintained roads and bridges.
- Utilities: Metered shore power, potable water, telephone service, and sewage disposal, including connect/disconnect services.
- Environmental: Compliance with oil spill response plans and recycling regulations.
- Mooring: A heavy weather mooring plan compliant with UFC 4-159-03 for sustained wind speeds of 130 mph.
- Infrastructure: Resilient fendering to prevent vessel damage, and a pier apron capable of supporting specified loads and vehicle/cargo operations.
- Port Services: Availability of ship repair, pilotage, tugs, bunkering, and oily waste disposal services within specified distances/times.
- Deliverables: Include a Heavy Weather Mooring Plan, Physical Security Plan, Annual Soundings, Plan of Action and Milestones, permits/licenses, Oil Spill Plan, Potable Water lab report, mooring fitting pull test results, and proof of insurance.
Contract & Timeline
- Type: 5-year Indefinite Delivery, Indefinite Quantity (IDIQ), with fixed-price and cost-reimbursement elements.
- Period of Performance: Multiple CLINs, extending from April 15, 2026, to April 14, 2031, with potential for longer terms.
- Set-Aside: Unrestricted (NAICS Code: 488390, Size Standard: $47 Million).
- Proposal Due: April 6, 2026, 3:00 PM UTC.
- Published: March 5, 2026.
Evaluation
Award will be made to the responsible offeror whose proposal meets all Technical Acceptability requirements and offers the lowest evaluated price (Lowest Price Technically Acceptable - LPTA). Proposals must be submitted in two separate PDF volumes: Technical Proposal and Price Proposal. The Government reserves the right to conduct discussions.
Additional Notes
Offerors must demonstrate compliance with all requirements in Section C of the solicitation. The solicitation incorporates numerous FAR clauses by reference.