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 soliciting proposals for Lay Berthing Services for up to two Watson Class LMSR RRF vessels on the U.S. West Coast. This opportunity ensures long-term, safe layberthing for vessels like the TRAVIS E WATKINS and MITCHELL RED CLOUD, with the possibility of substituting similar or smaller vessels. Proposals are due May 4, 2026.
Scope of Work
This solicitation requires exclusive, long-term, safe layberthing services. 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: Provision of metered shore power, potable water, telephone service, and sewage disposal, including connect/disconnect services.
- Environmental: 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).
- Fendering & Pier Apron: Resilient fenders to prevent vessel damage and a pier apron capable of supporting specified loads for vehicle and cargo operations.
- Port Services: Availability of ship repair, pilotage, tugs, bunkering, and oily waste disposal services within specified distances/times.
- Ramp Usability: While both stern and side port ramps are preferred for rapid loading/offloading, MARAD will consider proposals accommodating only the side port ramp if operational readiness is addressed.
Deliverables
Required 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 Details
- Contract Type: 5-year Indefinite Delivery/Indefinite Quantity (IDIQ), with fixed-price and cost-reimbursement elements.
- Period of Performance: Multiple CLINs, with initial periods extending from April 15, 2026, to April 14, 2031, and potential for longer terms (10-year options will be considered).
- Set-Aside: Unrestricted, with NAICS Code 488390 (Other Support Activities for Transportation) and a Size Standard of $47 Million.
- Product Service Code: R425 (Engineering And Technical Services).
Submission & Evaluation
- Proposal Submission: Proposals must be submitted via email to the Contracting Officer.
- Evaluation: Award will be made to the responsible offeror whose proposal meets all Technical Acceptability requirements and offers the Lowest Evaluated Price (LPTA).
- Proposal Organization: Submissions must be in two separate PDF volumes: Technical Proposal and Price Proposal.
- Key Submission Clarifications:
- Permits/licenses/leases must be submitted with the proposal.
- Older soundings are acceptable with the proposal, provided updated soundings are submitted within 6 months and at least 30 days prior to the contract start date.
- Evidence of port services availability is sufficient; actual letters are not required.
Deadlines & Contacts
- Proposal Due Date: May 4, 2026, at 5:00 PM ET.
- Primary Contact: Henry H. Puppe (henry.puppe@dot.gov)
- Secondary Contact: Douglas A. Kennard (douglas.kennard@dot.gov, 202-366-1711)