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 long-term safe layberthing services for up to two (2) WATSON CLASS LMSR RRF vessels (TRAVIS E WATKINS and MITCHELL RED CLOUD) on the U.S. West Coast. This is a Solicitation for a 5-year IDIQ contract. The due date for proposals has been extended to May 4, 2026.
Scope of Work
MARAD requires exclusive, long-term layberthing services for the specified vessels, with the possibility of substituting similar or smaller vessels. The layberth facility must meet extensive requirements, including:
- 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, including fire fighting 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, designed for sustained wind speeds of 85 mph (reduced from 130 mph).
- Fendering: Resilient fenders to prevent vessel damage.
- Pier Apron: Must support specified loads and allow for vehicle and cargo operations.
- Port Services: Availability of ship repair, pilotage, tugs, bunkering, and oily waste disposal services within specified distances/times.
Key Clarifications & Updates
- The heavy weather mooring wind speed requirement has been reduced from 130 mph to 85 mph; an amendment will be issued to reflect this.
- MARAD will accept alternate proposals for ramp configurations. While both stern and side port ramps are preferred for usability, proposals accommodating only the side port ramp must detail how RRF operational readiness is met.
Contract Details
- Contract 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.
- Product Service Code: R425 (Engineering And Technical Services).
- NAICS Code: 488390 (Other Support Activities for Transportation), Size Standard: $47 Million.
Submission & Evaluation
- Proposal Submission: Proposals must be submitted via email to the Contracting Officer in two separate PDF volumes (Technical and Price).
- 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).
- Due Date: May 4, 2026, by 3:00 PM ET.
Set-Aside
This acquisition is listed as UNRESTRICTED, with options for "SMALL BUSINESS" and other set-asides.
Contact Information
- Primary Contact: Henry H. Puppe (henry.puppe@dot.gov)
- Secondary Contact: Douglas A. Kennard (douglas.kennard@dot.gov, 202-366-1711)