TUGCON; Open Ocean Tow
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's Military Sealift Command (MSC) is conducting market research through this Sources Sought Notice (N32205-SS-PM4-26-079) to identify qualified U.S. flag, ocean-going tugs capable of performing an Open Ocean Tow of a U.S. Army Runnymede-class Large Landing Craft (LCU) from Fort Eustis, Virginia, to Yokohama, Japan. This Request for Information (RFI) aims to gauge price and availability. Responses are due by 11:00 AM ET on March 27, 2026.
Scope of Work
The requirement is for a certified tug to tow an LCU with a displacement of 1,087 LT, length of 174', beam of 42', and max draft of 9'. The voyage includes four days of laytime for the mission, plus up to four days at the destination for customs/delivery, with laydays commencing/cancelling on June 17, 2026.
Key Tug Requirements:
- Construction: Built in 1970 or later.
- Performance: Sufficient bollard pull to maintain a minimum speed of six (6) knots in Beaufort 5 conditions.
- Logistics: Fully bunkered for the voyage (stops for fuel/supplies authorized), internet and satellite phone capability.
- Compliance: Must comply with the U.S. Navy Towing Manual (SL740-AA-MAN-010).
- Equipment: Provide tow bridle, hardware, emergency tow lines, flooding alarms, navigation lights, day shapes, and NDT of vessel deck fittings.
- Planning: Pre-tow conference required; must prepare and submit a comprehensive towing package and a transit plan detailing the route and ports of refuge.
- Oversight: Contractor shall obtain services of an Independent Marine Surveyor (IMS) for technical evaluation and oversight.
Contract & Timeline
- Type: Sources Sought / Market Research (RFI)
- Product Service Code: V124 - Marine Charter For Things
- Response Due: March 27, 2026, by 11:00 AM ET
- Published: March 24, 2026
Submission Requirements
Interested parties should provide:
- Name and description of the tow vessel.
- Confirmation of layday availability.
- Lump sum amount and demurrage rate.
- Itinerary and estimated days to complete the tow.
- Business size (indicating small business status is relevant).
- Any pertinent questions or comments. Responses must be submitted via email.
Eligibility & Contact
While no formal set-aside is designated for this market research, the small business size standard for Water Transportation Service (NAICS 483111) is 1,050 employees, and bidders should indicate their small business concern status. This notice is for planning purposes only and does not commit the government to a contract. Primary Point of Contact: David Hamilton, david.k.hamilton19.civ@us.navy.mil, (564) 226-8419.