JRRF HP Anchors (Mooring Gear)
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
This is an Award Notice from the U.S. Department of Transportation, Maritime Administration, for the procurement of JRRF HP Anchors (Mooring Gear). The opportunity, identified by Solicitation Number 6933A226Q000004, was a Total Small Business Set-Aside for two (2) new, 7000 KG Delta Flipper High Performance Anchors. While an award has been made, the specific awardee and contract value are not provided in this notice.
Scope of Work
The awarded contract covers the procurement and delivery of two (2) new, 7000 KG Delta Flipper High Performance Anchors for the James River Reserve Fleet. These anchors are classified under Product Service Code 2040 (Marine Hardware And Hull Items).
Contract Details
- Contract Type: The original solicitation was a Lowest Price Technically Acceptable (LPTA) procurement.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336999, with a small business size standard of 1300 employees.
- Period of Performance: Delivery of the anchors is due by April 27, 2026.
- Payment Terms: Net 30 after delivery and receipt of invoice.
Original Solicitation Details
The solicitation process required quotes to be submitted via email by March 6, 2026, at 1:00 PM ET. Questions regarding the solicitation were due by March 2, 2026, at 3:00 PM ET. Evaluation was based on the Lowest Price Technically Acceptable (LPTA) criteria, with award to the responsible quoter with the lowest total evaluated price meeting all non-price factors.
Place of Performance & Delivery
The place of performance and delivery is the US DOT Maritime Administration, James River Fleet Force, 2606 Harrison Road, Fort Eustis, VA 23604. The overall place of performance is Newport News, VA.
Additional Information
The solicitation incorporated provisions and clauses in effect through Federal Acquisition Circular FAC 2025-06. Attachments included a Bill of Materials, FAR Class Deviations (Attachment 2 FAR Deviation Text (Deviation Feb 2025) related to Executive Order 14173), and E-Invoicing Requirements (Attachment 3) for submitting invoices via the DOT's Delphi eInvoicing web portal. Offerors were cautioned against submitting standard commercial terms and conditions that could lead to rejection.