S&RTS Cape Canaveral, Florida
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 Department of Defense, USTRANSCOM, is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at Cape Canaveral Space Force Station (CCSFS), Florida. This UNRESTRICTED Indefinite Delivery/Indefinite Quantity (IDIQ) contract covers comprehensive cargo handling for US Military import and export operations. Proposals are due March 6, 2026, at 06:00 AM CT.
Scope of Work
The contractor will provide full-spectrum S&RTS, managing US Military cargo including containers, vehicles, breakbulk, and aircraft. Services encompass vessel and truck loading/discharging, port reception and disposition, cargo management, intra-port transfers, vessel preparation, documentation, and warehousing of dunnage and tiedown materials. Operations are required 24/7/365 at CCSFS and potentially other Florida seaports, adhering to strict safety, efficiency, and customer service standards. The contractor must provide all necessary equipment, labor, supervision, transportation, and materials as detailed in Attachment 1 - Performance Work Statement (PWS).
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: A 5-year ordering period from May 19, 2026, through May 18, 2031, with a 6-month option to extend services.
- Minimum Order Value: $2,500.00 for the first 12 months.
- Set-Aside: UNRESTRICTED
- NAICS Code: 488320 (Marine Cargo Handling), Size Standard: $47,000,000
Submission & Evaluation
Proposals are due via email to the designated points of contact. Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process. Evaluation factors include an Acceptable/Unacceptable rating for the Technical Proposal (comprising Attachment 5 - Technical Worksheet and Attachment 3 - Mission Essential Plan) and a Fair and Reasonable/Not Fair and Reasonable rating for the Price Proposal (based on Attachment 2 - Schedule of Rates). Offerors must also complete Attachment 4 - RFP Information and General Compliance Worksheet.
Key Updates & Attachments
- Amendment 0002 responded to questions and incorporated Attachment 7 - Wage Determination, which is critical for labor cost estimation and compliance with the Service Contract Act.
- Attachment 3 - Mission Essential Plan requires a 5-page plan for service continuity during crises.
- Attachment 5 - Technical Worksheet requires detailed responses on labor, equipment, and certifications (15-page limit).
- Large businesses must submit a Small Business Subcontracting Plan (Attachment 6).