Layberthing Services for up to Three CAPE H Vessels, CAPEs HORN, HUDSON, and/ or HENRY on the West 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. Department of Transportation, Maritime Administration (MARAD) is soliciting proposals for exclusive long-term layberthing services for up to three CAPE H class Roll-on/Roll-off (RO/RO) vessels (CAPE HENRY, CAPE HORN, CAPE HUDSON) on the U.S. West Coast. This will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due May 11, 2026, at 5:00 PM ET.
Scope of Work
This solicitation requires comprehensive layberthing services for the specified vessels. Key requirements include:
- Exclusive long-term layberthing for CAPE H class RO/RO vessels.
- Facility Requirements: Stringent standards for safety, security (24/7 access control, guards with TWIC, fencing, CCTV), access, roadways, parking, accommodation ladders, communications, oil spill response, shore power, potable water, telephone service, sewage, garbage collection, recycling, and fire fighting capability.
- Heavy Weather Mooring Plan: A detailed plan compliant with Mooring Service Type III standards, considering sustained wind speeds of 130 mph, with engineering certification.
- Water Depth: Minimum of four feet greater than the vessel's stated deep draft.
- Deliverables: Heavy Weather Mooring Plan, soundings, plan of action and milestones, permits/licenses, oil spill plan, water quality reports, mooring fitting pull test results, and insurance documentation.
Contract & Timeline
- Contract Type: 5- or 10-year Indefinite Delivery/Indefinite Quantity (IDIQ), fixed-price/cost-reimbursement.
- Period of Performance: Options for 5-year or 10-year periods, starting July 15, 2026, and extending up to July 15, 2036.
- Set-Aside: Unrestricted.
- Proposal Due: May 11, 2026, 5:00 PM ET.
- Published: April 10, 2026.
Evaluation
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Technical acceptability and price are the primary factors, with no tradeoffs performed. Offerors must provide pricing for all Firm-Fixed-Price (FFP) CLINs to be eligible for award. The Government reserves the right to award without discussions.
Additional Notes
Proposals must be submitted via email to the Contracting Officer, Henry Puppe (henry.puppe@dot.gov). The solicitation number is 693JF726R000011.