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

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Mar 30, 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's Maritime Administration (MARAD) is soliciting proposals for Long-Term Safe Layberthing Services for up to two CAPE R class Ro/Ro vessels on the U.S. East Coast. This is a Firm-Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Proposals are due March 30, 2026, at 3:00 PM ET.

Scope of Work

This solicitation (693JF7-26-R-000005) requires exclusive layberthing services for CAPE RACE and CAPE RISE vessels, with MARAD reserving the right to substitute similar or smaller vessels. Key requirements include:

  • Safe & Secure Layberth Facility: Including roadways, parking, accommodation ladder access, and an oil spill plan.
  • Utilities: Metered shore power (3 ungrounded cables, alternate proposals accepted), potable water, and sewage services.
  • Communications: Three telephone lines and one high-speed data line (25 Mbps or faster) per vessel.
  • Security: 24/7 access control, security guards, perimeter fencing, and CCTV surveillance. MARAD is open to reviewing alternate proposals for fencing, waterside barriers, silent alarm systems, and CCTV.
  • Vessel Support: Connect/disconnect services for utilities, heavy weather mooring plan, and resilient fendering.
  • Pier Apron: Paved, well-maintained, capable of supporting heavy loads and vehicle access.
  • Fire Fighting Capability: 1500 GPM at 100 psi, satisfied if a local agency can provide pumps/pumper truck on-site within 15 minutes of an alarm. The solicitation will be updated to reflect this.
  • Environmental Compliance: Adherence to NEPA, OSHA, and USCG safety requirements.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) with reimbursable items.
  • Period of Performance: Options for 5-year or 10-year periods, with an anticipated start around April 16, 2026.
  • Set-Aside: None (Unrestricted).
  • NAICS Code: 488390 (Other Support Activities for Transportation).
  • Proposal Due: March 30, 2026, 3:00 PM ET.
  • Published: March 2, 2026.

Evaluation

Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Technical proposals will be rated as Acceptable or Unacceptable, and award will be made to the lowest-priced offeror whose technical proposal is deemed acceptable. MARAD reserves the right to award without discussions.

Additional Notes

Offerors must submit proposals via email to Henry Puppe. Soundings are required 30 days prior to contract commencement, though alternate timelines will be reviewed. MARAD has indicated flexibility for several requirements, accepting alternate proposals for shore power, security fencing, waterside barriers, silent alarm systems, and CCTV.

People

Points of Contact

Henry H. PuppePRIMARY

Files

Files

Download
Download

Versions

Version 3
Solicitation
Posted: Mar 25, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 2, 2026
Version 1
Solicitation
Posted: Mar 2, 2026
View