Lay Berthing Services for Long-Term Safe Lay Berth for Watson LMSR Vessels
SOL #: 693JF726R000009Solicitation
Overview
Buyer
Transportation
Maritime Administration
693JF7 DOT MARITIME ADMINISTRATION
WASHINGTON, DC, 20590, United States
Place of Performance
Place of performance not available
NAICS
Other Support Activities for Water Transportation (488390)
PSC
Engineering And Technical Services (R425)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 5, 2026
2
Last Updated
Mar 23, 2026
3
Submission Deadline
Apr 20, 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 Department of Transportation, Maritime Administration (MARAD) is soliciting proposals for Lay Berthing Services for up to two Watson Class LMSR RRF vessels on the U.S. West Coast. This opportunity seeks exclusive, long-term safe layberthing for the TRAVIS E WATKINS and MITCHELL RED CLOUD, with the possibility of substituting similar or smaller vessels. Proposals are due April 20, 2026.
Scope of Work
MARAD requires comprehensive layberthing services, including:
- Safe & Exclusive Layberthing: Provision of long-term berthing for specified vessels.
- Facility Requirements: Facilities must meet stringent safety and security protocols (OSHA, USCG, MARAD), provide 24/7 access for personnel and vehicles, and ensure adequately maintained roads.
- Utilities & Environmental: Provision of metered shore power, potable water, telephone service, sewage disposal, and compliance with oil spill response plans and recycling regulations.
- Mooring & Fendering: A heavy weather mooring plan compliant with UFC 4-159-03 is required, with resilient fenders to prevent vessel damage.
- Pier Apron: Must support specified loads and facilitate vehicle and cargo operations.
- Port Services: Availability of essential services like ship repair, pilotage, tugs, bunkering, and oily waste disposal within specified distances.
- Deliverables: Key submissions include a Heavy Weather Mooring Plan, Physical Security Plan, Annual Soundings, and proof of insurance.
Key Updates & Clarifications
- Proposal Due Date Extension: The deadline for proposals has been extended from April 6th to April 20, 2026, at 3:00 PM ET.
- Wind Requirement Reduction: Following industry concerns, MARAD will reduce the heavy weather mooring wind requirement from 130 mph to 85 mph. An amendment will be issued to reflect this change, defining the wind design basis using site-specific 50-year return interval criteria.
- Ramp Usability: MARAD will consider alternate proposals for ramp configurations. While both stern and side port ramps are preferred for rapid loading/offloading, proposals accommodating only the side port ramp must detail how RRF operational readiness is met, especially for heavy/oversized equipment.
Contract Details
- Contract Type: 5-year Indefinite Delivery, Indefinite Quantity (IDIQ), with a fixed-price/cost-reimbursement structure.
- Period of Performance: Multiple CLINs extending from April 15, 2026, to April 14, 2031, with potential for longer terms.
- Set-Aside: Unrestricted.
- NAICS Code: 488390 (Other Support Activities for Transportation), with a size standard of $47 Million.
Submission & Evaluation
- Proposal Submission: Proposals must be submitted via email to the Contracting Officer.
- Evaluation: Award will be made to the responsible offeror whose proposal meets all Technical Acceptability requirements and offers the lowest evaluated price (Lowest Price Technically Acceptable - LPTA).
- Proposal Organization: Submissions require two separate PDF volumes: Technical Proposal and Price Proposal.
Contact Information
- Primary: Henry H. Puppe (henry.puppe@dot.gov)
- Secondary: Douglas A. Kennard (douglas.kennard@dot.gov, 202-366-1711)
People
Points of Contact
Henry H. PuppePRIMARY
Douglas A. KennardSECONDARY