US FLAG TUGS FOR NAVAL BASE GUAM - OPTION 4 EXERCISE
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 Military Sealift Command (MSC), under the Department of the Navy, is conducting a Sources Sought / Request for Information (RFI) to identify potential sources for two U.S. Flag, time-chartered tractor tugs. These tugs are required to provide harbor support services and ship handling at Naval Base Guam, GU. This RFI is for market research purposes only. Responses are due by February 18, 2026, 1300 Local Time.
Scope of Work
The requirement is for comprehensive harbor support and ship handling services, including towing, mooring, berthing, docking, streaming, shifting, assisting, pulling, and escorting various vessel types (barges, submarines, crafts, hulls). Services also encompass pilot and government personnel transfers, tug emergency support (response to weather, vessel issues, fires, groundings, oil spills, search and rescue), and line handling. Tugs must be home-berthed in the Guam region, available 24/7, and remain on-site when not on mission, refueling, or at a shipyard.
Key Requirements
Specific vessel characteristics for the tractor tugs include:
- Propulsion: Tractor type
- Bollard Pull: Forward 100,000 lbs, Astern 80,000 lbs
- Maximum Draft: 16 feet (salt water)
- Endurance: 7 days with a minimum operational range of 500 NM
- Fendering: Clean non-marking
- Fire-fighting: Systems capable of 3000 GPM
- Other Equipment: Portable de-watering pump, three winches (min 9,000 lbs SWL), VHF radios, transceiver, Radar, Fathometer, GPS.
- Capacity: Passenger capacity of 12 (plus master/crew), pilot transfer capability, and a brow (min 2 ft wide).
- Response Times: 15 minutes (Mon-Fri, 0600-1800) and 60 minutes (after hours/weekends/holidays).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Firm Fixed Price with Reimbursable Fuel (if a solicitation results)
- Period of Performance: March 31, 2026, to February 28, 2027 (334 days)
- Eligibility: Small business size standard for NAICS Code 488330 (Marine Charter For Things) is $47 million. Companies must demonstrate performance of at least 51% of the requirement.
- Response Due: February 18, 2026, 1300 Local Time
- Published: February 10, 2026
Submission & Evaluation
Interested parties should submit information including company name, point of contact, small business standing, company history, financial capability, availability date, estimated daily rate, mobilization/demobilization fees, fuel consumption rates, vessel characteristics, and any questions/concerns. Responses will be used for market research to determine industry capabilities and potential small business participation. This RFI does not commit the government to a contract.
Additional Notes
Responses should be emailed to Ashley Smith (ashley.m.smith357.civ@us.navy.mil) and Stephanie Ricker (stephanie.ricker.civ@us.navy.mil). The government reserves the right to use its own tugs separately or jointly with contractor-provided tugs.