Layberthing Services for Long-Term Safe Lay Berth for Ro/Ro CAPE R Vessels on the US East Coast
SOL #: 693JF726R000005Solicitation
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 2, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Apr 1, 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 U.S. Maritime Administration (MARAD), under the Department of Transportation, is soliciting proposals for Layberthing Services for up to two Ro/Ro CAPE R class vessels on the U.S. East Coast. This requirement is for an exclusive, long-term safe lay berth. The contract will be a Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) with reimbursable items. Proposals are due April 1, 2026.
Scope of Work
This solicitation seeks to procure lay berthing services for the CAPE RACE and CAPE RISE vessels, or similar-sized/smaller vessels, on the U.S. East Coast. Key requirements include:
- Layberthing Facility: Provision of a safe and secure facility with roadways, parking, accommodation ladder access, and communications.
- Utilities: Metered shore power (three ungrounded cables, with MARAD open to alternate proposals), potable water, and sewage services.
- Vessel Services: Connect/disconnect services for utilities.
- Safety & Security: Development of a heavy weather mooring plan, resilient fendering, a paved pier apron, 24/7 access control, security guards, perimeter fencing, CCTV surveillance (new requirement, alternate proposals accepted), and a silent alarm system (new requirement, alternate proposals accepted).
- Fire Fighting: Capability to provide 1,500 GPM at 100 psi, which can be met by a local firefighting agency providing functional pumps/pumper trucks within 15 minutes.
- Environmental Compliance: Adherence to NEPA, OSHA, and USCG safety requirements.
- Soundings: Required 30 days prior to contract commencement, with alternate timelines accepted for review.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) with reimbursable items/cost-reimbursement.
- Period of Performance: Options for 5-year or 10-year periods, with a potential start date of April 16, 2026.
- Set-Aside: None specified.
- NAICS Code: 488390 (Other Support Activities for Transportation).
Submission & Evaluation
- Proposal Submission: Proposals must be submitted via email to Henry Puppe, Contracting Officer.
- Evaluation: Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Technical proposals will be rated Acceptable/Unacceptable, with award made to the lowest-priced technically acceptable offeror.
- Key Deadlines: Proposals are due by 1700 ET on April 1, 2026.
Key Updates & Notes
- Modification 1 extended the submission deadline to April 1, 2026, and clarified fire fighting requirements.
- Q&A provided clarifications on telephone service, shore power, fire fighting, soundings, security fencing, waterside barriers, silent alarm systems, and CCTV. MARAD is open to reviewing alternate proposals for several requirements.
- Offerors must provide pricing for all FFP CLINs to be eligible for award.
- MARAD reserves the right to award without discussions.
People
Points of Contact
Henry H. PuppePRIMARY