Layberthing Services for Long-Term Safe Lay Berth for Ro/Ro CAPE R Vessels on the US East Coast
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. Maritime Administration (MARAD), under the Department of Transportation, is soliciting proposals for Layberthing Services for an exclusive, long-term safe lay berth for up to two Ro/Ro CAPE R class vessels (CAPE RACE and CAPE RISE) on the U.S. East Coast. This will be a Firm-Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with reimbursable items. Proposals are due March 30, 2026, at 3:00 PM ET.
Scope of Work
This solicitation seeks comprehensive layberthing services, including:
- Layberth Facility: Provision of a safe and secure facility for CAPE R class vessels, with potential for substitution by similar or smaller vessels.
- Facility Requirements: Roadways, parking, accommodation ladder access, communications, site inspection boat, oil spill plan, security fencing, and a paved, well-maintained pier apron capable of supporting heavy loads and vehicle access.
- Utilities: Metered shore power, potable water, and sewage services, along with connect/disconnect services for these utilities.
- Safety & Security: Development and implementation of a heavy weather mooring plan, provision of resilient fendering, 24/7 access control, security guards, perimeter fencing, and CCTV surveillance.
- Compliance: Adherence to NEPA, OSHA, and USCG safety requirements.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) with reimbursable items.
- Period of Performance: Options for 5-year (e.g., 04/16/2026 to 04/15/2031) or 10-year (e.g., 04/16/2026 to 04/15/2036) periods.
- NAICS Code: 488390 (Other Support Activities for Transportation).
- Set-Aside: None specified.
Submission & Evaluation
- Proposal Submission: Proposals must be submitted via email to Henry Puppe, Contracting Officer (henry.puppe@dot.gov).
- Offer Due Date: March 30, 2026, at 3:00 PM ET.
- Questions Due Date: March 16, 2026.
- Evaluation: Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Technical proposals will be rated Acceptable/Unacceptable, with award made to the lowest-priced offeror whose technical evaluation is acceptable. Offerors must provide pricing for all Firm-Fixed-Price Contract Line Item Numbers (CLINs) to be eligible.
Additional Notes
The solicitation includes numerous attachments and references to FAR clauses. MARAD reserves the right to award without discussions but may conduct them if deemed necessary.