TUGCON; Jones Act
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 the Navy, Military Sealift Command (MSC), through its Strategic Sealift Program Support Office, has issued a Solicitation (RFP N3220526R6060) for a U.S. Flag, Jones Act certified ocean-going tug to perform a single voyage. The requirement is to tow a T-EPF vessel from Philadelphia, PA to Beaumont, TX. This is a Total Small Business Set-Aside. Proposals are due Friday, March 13, 2026, at 11:00 AM Eastern Time.
Scope of Work
MSC requires one U.S. Flag, Jones Act compliant, ocean-going tug capable of towing a T-EPF vessel (approx. 2,500 LT displacement, 337' 11" length, 93' 6" beam, 12' 7" max draft). The voyage will be from Rhoads Industries, Pier 2, Philadelphia, PA, to the MARAD Beaumont Reserve Fleet, Beaumont, TX. The mission has a four-day laytime, with laydays commencing April 16, 2026, and cancelling April 20, 2026.
Key tug requirements include:
- Built in 1970 or later.
- Sufficient bollard pull for a minimum tow speed of six (6) knots.
- Fully bunkered for the voyage, with internet and satellite phone capability.
- Provision of tow bridle, hardware, emergency tow lines, alarms, navigation lights, and day shapes per COLREGS.
- Utilization of an Independent Marine Surveyor (IMS) for technical evaluation and oversight.
- Submission of a comprehensive towing package.
- At least one (1) trail tug required in restricted, inland, and channel waters.
- Vessel delivery to Beaumont Reserve Fleet during daylight hours.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 483111 (Marine Charter For Things).
- Product Service Code: V124.
- Place of Performance: From Philadelphia, PA to Beaumont, TX.
Submission & Evaluation
Proposals must be submitted electronically by Friday, March 13, 2026, at 11:00 AM Eastern Time. Submissions must include the ship name, price, and signature, and should not contain JPEG files. Award will be made to the responsible offeror whose technically acceptable proposal represents the lowest price, considering domestic shipyard usage. Proposal compliance with all submission requirements is critical for eligibility. Offerors are encouraged to submit early due to potential email delays.
Additional Information
Bidders should review attached documents, including the 'Shipyard Data Template.xlsx' for fleet and work history, 'Towing Fitting Installation.pdf' and 'Towing General Arrangement.pdf' for technical specifications, and 'Towing Checklist and Certificate of Seaworthiness.pdf' for operational requirements. The 'WD 20150213 Rev38.pdf' Wage Determination outlines minimum wage rates and fringe benefits under the Service Contract Act, which must be incorporated into labor costs. Proforma documents are available upon request.