TWO (2) US FLAG TRACTOR-LIKE TUGS FOR NEW LONDON, CT
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, specifically MSCHQ NORFOLK, is conducting a Sources Sought (RFI) to gather information regarding the potential procurement of two (2) U.S. flagged, tractor-like tugs for charter services in New London, CT. This RFI aims to determine the government's best interest in exercising an option under an existing contract. Responses are due by May 14, 2026.
Scope of Work
The requirement is for the charter of two (2) U.S. flagged, Jones Act compliant tractor-like tugs to support government operations in New London, CT, and surrounding navigable waters, extending to the Continental Shelf. Tugs must be capable of operating in various locations as directed.
Key Tug Characteristics:
- Flag: USA
- Propulsion: Tractor or Tractor-like
- Bollard Pull: Forward 65,000 lbs; Other directions 50,000 lbs
- Transit Speed: Minimum 10 knots at 80% rated horsepower
- Fendering: Non-marking, configured to prevent hull contact, including propeller guards
- Maximum Draft: 15 feet (salt water), fully laden
- Max Fixed Air Draft: 30 feet (due to Thames River drawbridge)
- Passenger Capacity: 12 people maximum (in addition to master and crew)
- Lines: 7-inch Kevlar and/or sufficient synthetic lines
- Communication/Navigation: USCG/FCC compliant, Radar, Fathometer, GPS, Loudhailer, VHF radios
- Firefighting: 360-degree coverage monitors (2,000 GPM, 120 PSI) with AFFF injection
- Capstans/Winches: Sufficient fore and aft with minimum 7,000 lbs safe working load
- Sewage Capacity: Minimum 24 hours
- Pilot Transfer: Sufficient handholds/platform
- Operational Capability: Capable of performing work in winds equivalent to Beaufort Force 10 and Sea State 5.
Contract & Timeline
- Type: Sources Sought (Request for Information)
- Anticipated Contract Style (if option exercised): Firm Fixed Price with Reimbursables
- Anticipated Period of Performance: July 1, 2026 - June 30, 2027 (one-year base) with a 336-day option.
- Set-Aside: None specified (this is an RFI)
- Response Due: May 14, 2026, no later than 2:00 PM Eastern Standard Time
- Published: April 29, 2026
Submission & Evaluation
Interested parties must provide:
- Company name, point of contact, telephone, fax, address, email
- Brief company history relevant to similar requirements
- Vessel names and complete descriptions (flag, speed, range, length, breadth, draft, certification, classification, maneuverability, station keeping)
- Vessel characteristics/specification sheets with pictures
- USCG DCO or COI (as applicable)
- Availability
- Estimated price for the first hour (including transit) and after the first hour
- Small business standing (small or large)
- CAGE code
Responses will be used for market research purposes only.
Points of Contact
- Primary: Yvonne Escoto (yvonne.escoto.civ@us.navy.mil, 564-230-3497)
- Secondary: Reah Norris (reah.d.norris.civ@us.navy.mil, 564-230-3611)
Additional Notes
This is a Request for Information only and not an offer. The government will not pay for any costs incurred in the preparation of a response.