Lay Berthing Services for Long-Term Safe Lay Berth for Watson LMSR Vessels
SOL #: 693JF726R000009Solicitation
Overview
Buyer
Transportation
Maritime Administration
693JF7 DOT MARITIME ADMINISTRATION
WASHINGTON, DC, 20590, United States
Place of Performance
Place of performance not available
NAICS
Other Support Activities for Water Transportation (488390)
PSC
Engineering And Technical Services (R425)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 5, 2026
2
Last Updated
Apr 23, 2026
3
Submission Deadline
May 4, 2026, 9:00 PM
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), under the Department of Transportation, is soliciting proposals for Lay Berthing 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 5-year IDIQ contract with a Lowest Price Technically Acceptable (LPTA) evaluation. Proposals are due May 4, 2026.
Scope of Work
MARAD requires exclusive, long-term safe layberthing services. Key requirements include:
- Facility Standards: Compliance with OSHA, USCG, and MARAD security protocols, including perimeter fencing, access control, security guards, CCTV, and lighting.
- Access & Utilities: 24/7 access for personnel and vehicles, provision of metered shore power, potable water, telephone service, and sewage disposal.
- Environmental Compliance: Adherence to 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 via clarification).
- Vessel Access: While both stern and side port ramps are preferred for rapid loading/offloading, proposals accommodating only the side port ramp may be considered if operational readiness is explicitly addressed.
- Port Services: Availability of ship repair, pilotage, tugs, bunkering, and oily waste disposal services within specified distances/times.
Contract Details
- Contract Type: 5-year Indefinite Delivery/Indefinite Quantity (IDIQ), Fixed-Price/Cost-Reimbursement.
- Period of Performance: Multiple CLINs from April 15, 2026, to April 14, 2031, with potential for longer terms.
- Set-Aside: Unrestricted (with options for Small Business).
- NAICS Code: 488390 (Other Support Activities for Transportation), Size Standard: $47 Million.
- Product Service Code: R425 (Engineering And Technical Services).
Submission & Evaluation
- Proposal Due: May 4, 2026, by 21:00:00Z.
- Submission Method: Via email to the Contracting Officer.
- Organization: Proposals must be submitted in two separate PDF volumes: Technical Proposal and Price Proposal.
- Evaluation: Award will be made to the responsible offeror whose proposal meets all Technical Acceptability requirements and offers the lowest evaluated price (LPTA).
Important Updates
- The proposal due date has been extended from April 20th to May 4, 2026.
- The heavy weather mooring wind requirement has been reduced from 130 mph to 85 mph. An amendment will be issued to reflect this change.
- MARAD shows flexibility regarding ramp usability, considering proposals that accommodate only the side port ramp if operational readiness is maintained.
People
Points of Contact
Henry H. PuppePRIMARY
Douglas A. KennardSECONDARY
Files
Versions
Version 7
Solicitation
Posted: Apr 23, 2026
Version 6Viewing
Solicitation
Posted: Apr 17, 2026
Version 5
Solicitation
Posted: Apr 14, 2026
Version 4
Solicitation
Posted: Mar 23, 2026
Version 3
Solicitation
Posted: Mar 19, 2026
Version 2
Solicitation
Posted: Mar 18, 2026
Version 1
Solicitation
Posted: Mar 5, 2026