TUGCON; OPEN-OCEAN TOW MISSION

SOL #: N32205-SS-PM4-26-067Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
MSCHQ NORFOLK
NORFOLK, VA, 23511-2313, United States

Place of Performance

HI

NAICS

Deep Sea Freight Transportation (483111)

PSC

Marine Charter For Things (V124)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 2, 2026
2
Response Deadline
Mar 9, 2026, 3:00 PM

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 Military Sealift Command (MSC), under the Department of the Navy, is conducting market research through a Sources Sought Notice (RFI) for a U.S. Flag, ocean-going certified tug to perform an open-ocean tow mission. This mission involves towing the ex-Juneau (LPD-10) as part of Exercise Valiant Shield 26. Interested parties are requested to submit information by March 09, 2026, at 1100 hours Eastern Time.

Scope of Work

The primary scope is the towing of the ex-Juneau (LPD-10), a vessel with a displacement of 17,326 LT, measuring 570' long, 100' beam, and 34' maximum draft. The tow will commence from Pearl Harbor, HI, with an intermediate stop in Guam for approximately one week, before proceeding to a final destination in the Mariana Islands Testing and Training Surveillance Area (approximately 250NM southeast of Guam) for a sinkex. The total mission laytime is anticipated to be four (4) days, with laydays commencing/cancelling on May 18, 2026.

Key Requirements

The required tug must have been built in 1970 or later and possess sufficient bollard pull to tow the LPD-10 at a minimum speed of six (6) knots in Beaufort 5 conditions. It must also have sufficient fuel capacity for the entire tow without refueling, and be equipped with internet and satellite phone capabilities. Adherence to the U.S. Navy Towing Manual (SL740-AA-MAN-010) is mandatory. Contractor responsibilities include:

  • Conducting a pre-tow conference at Pearl Harbor.
  • Obtaining services of an Independent Marine Surveyor (IMS).
  • Providing tow bridle, hardware, emergency tow lines, flooding alarms, navigation lights, day shapes, and Non-Destructive Testing (NDT) of vessel deck fittings.
  • Submitting a comprehensive towing package prior to commencement.
  • Facilitating at-sea transfer of personnel and U.S. Navy personnel boarding/training near Guam for up to one week, potentially including mooring in Guam Outer Apra Harbor.
  • Standing by within 100-200NM of the disconnect location for emergency reconnection.

Submission Details

Interested parties should provide:

  • Name and description of the tow vessel (including COI, COD, photos).
  • Lumpsum rate (including up to 4 days laytime) and demurrage rate.
  • Proposed itinerary and number of days required.
  • Confirmation of layday availability.
  • Business size (and subcontracting possibilities if not a small business).
  • Any pertinent questions or comments. Responses are due via email to David Anaya (david.c.anaya.civ@us.navy.mil) by March 09, 2026, at 1100 hours Eastern Time.

Eligibility & Notes

This is a Request for Information (RFI) only and does not constitute an offer or commitment by the government. While no specific set-aside is designated, respondents are asked to indicate their business size, particularly if they are a small business concern under NAICS 483111 (Water Transportation, 1,050 employees). The U.S. Navy Towing Manual link is provided for reference.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Mar 2, 2026
TUGCON; OPEN-OCEAN TOW MISSION | GovScope