Lay Berthing Services for Long-Term Safe Lay Berth for Watson LMSR Vessels
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 Maritime Administration (MARAD), under the Department of Transportation, is soliciting proposals for Lay Berthing Services for up to two (2) WATSON CLASS LMSR RRF vessels on the U.S. West Coast. This is an UNRESTRICTED solicitation for a 5-year IDIQ contract. The primary goal is to secure long-term, safe layberthing for vessels such as the TRAVIS E WATKINS and MITCHELL RED CLOUD, with the possibility of substituting similar or smaller vessels. Proposals are due by April 6, 2026, at 3:00 PM UTC.
Scope of Work
This opportunity requires the provision of exclusive, long-term, safe layberthing services. Key facility requirements include:
- Safety & Security: Compliance with OSHA, USCG, and MARAD protocols, including perimeter fencing, access control, security guards, CCTV, and lighting.
- Access: 24/7 access for personnel and vehicles, with adequately maintained roads and bridges.
- Utilities: Metered shore power, potable water, telephone service, and sewage disposal, including connect/disconnect services.
- Environmental: Adherence to oil spill response plans and recycling regulations.
- Mooring: A heavy weather mooring plan compliant with UFC 4-159-03 for sustained wind speeds of 85 mph (reduced from 130 mph).
- Infrastructure: Resilient fendering to prevent vessel damage, and a pier apron capable of supporting specified loads for vehicle and cargo operations.
- Port Services: Availability of ship repair, pilotage, tugs, bunkering, and oily waste disposal services within specified distances/times.
Deliverables include a Heavy Weather Mooring Plan, Physical Security Plan, Annual Soundings, Plan of Action and Milestones, permits/licenses, Oil Spill Plan, Potable Water lab report, mooring fitting pull test results, and proof of insurance.
Contract Details
- Contract Type: 5-year Indefinite Delivery, Indefinite Quantity (IDIQ), with fixed-price and cost-reimbursement elements.
- Period of Performance: Multiple Contract Line Items (CLINs) extending from April 15, 2026, to April 14, 2031, with potential for longer terms.
- Set-Aside: UNRESTRICTED, with options for Small Business and other set-asides.
- NAICS Code: 488390 (Other Support Activities for Transportation), Size Standard: $47 Million.
Submission & Evaluation
- Proposal Submission: Proposals must be submitted via email to the Contracting Officer.
- Proposal Organization: Submissions require two separate PDF volumes: a Technical Proposal and a Price Proposal.
- Evaluation Criteria: Award will be made to the responsible offeror whose proposal meets all Technical Acceptability requirements and offers the Lowest Evaluated Price (LPTA). The Government reserves the right to conduct discussions.
Key Dates
- Response Due: April 6, 2026, at 3:00 PM UTC
- Published Date: March 18, 2026
Contact Information
- Primary Contact: Henry H. Puppe (henry.puppe@dot.gov)
- Secondary Contact: Douglas A. Kennard (douglas.kennard@dot.gov, 202-366-1711)