TUGCON VOYAGE CHARTER
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) Norfolk is soliciting proposals for a Firm-Fixed-Price contract for ocean-going tug services to support Exercise Valiant Shield 26. This opportunity requires a U.S. Flag, Jones Act certified tug to tow the EX-JUNEAU (LPD-10) from Pearl Harbor, Hawaii, to a SINKEX location southeast of Guam. This is a Total Small Business Set-Aside. Proposals are due April 02, 2026, at 11:00 AM ET.
Scope of Work
The contractor will provide one U.S. Flag, Jones Act certified ocean-going tug capable of towing the EX-JUNEAU (LPD-10), a vessel with specific dimensions (17,326 LT displacement, 570' length, 100' beam, 34' max draft) and an uncleared hull since 2008. Key requirements include:
- Tow Route: Departure from Pearl Harbor, Hawaii; intermediate stop in Guam (one week); final destination Marianas Island Testing And Training Surveillance Area, 250nm southeast of Guam.
- Vessel Specifications: Built in 1970 or later, with sufficient bollard pull to maintain a minimum speed of six (6) knots for a five (5) knot speed of advance (SOA) in Beaufort 5 conditions.
- Fuel & Communications: Ability to complete the tow and remain on standby for approximately 30 days without refueling (or a detailed refueling plan), and internet/satellite phone capability.
- Compliance: Adherence to the U.S. Navy Towing Manual (SL740-AA-MAN-010).
- Independent Marine Surveyor (IMS): Provision and cost inclusion for an IMS to perform technical evaluations and oversight.
- Operational Support: Comprehensive towing package, electronic position reports, at-sea personnel transfers, and facilitation of U.S. Navy personnel boarding/training near Guam for up to one week.
- Mission Phases: Tow to SINKEX location, disconnect by sunset on or about June 26, 2026, and standby within 100-200nm of the disconnect location for emergency reconnection.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business
- Product Service Code: V124 (Marine Charter For Things)
- Place of Performance: Pearl Harbor, Hawaii; Guam; and Marianas Island Testing And Training Surveillance Area.
- Key Dates:
- Offer Due Date: April 02, 2026, at 11:00 AM Eastern Time
- Layday(s): Commencing/cancelling on May 18, 2026
- Arrival at Guam: No later than June 16, 2026
- Arrival at Drop Location: On or about June 26, 2026
- Published Date: March 26, 2026
Evaluation
Award will be made to the responsible offeror whose technically acceptable proposal represents the lowest price to the Government. Evaluation factors include technical capability and price, with consideration for domestic shipyard usage. A valid submission requires at least a ship name, a price, and a signature.
Additional Notes
This acquisition is being conducted under FAR Part 12 simplified procedures. Proforma documents are available upon request. Offerors are encouraged to submit proposals early due to potential email delays. Primary Contact: Jordan Morrison (jordan.a.morrison5.civ@us.navy.mil, 564-230-3633). Secondary Contact: Christopher Tomlin (christopher.a.tomlin5.civ@us.navy.mil).