TUGCON; Jones Act
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 Department of the Navy / Military Sealift Command (MSC) has awarded a Firm-Fixed-Price contract (N3220526P5098) for Marine Charter Services (TUGCON), resulting from solicitation N3220526R6060. This award is for a Total Small Business Set-Aside opportunity with a Jones Act requirement.
Scope of Work
The awarded contract is for the charter of one U.S. Flag, Jones Act, ocean-going certified tug capable of towing a T-EPF vessel. The mission involves a single voyage from Rhoads Industries, Philadelphia, PA (Pier 2) to MARAD Beaumont Reserve Fleet, Beaumont, TX. The entire mission has a laytime of four days, with laydays commencing April 16, 2026, and cancelling April 20, 2026.
Key tug requirements include:
- Built in 1970 or later.
- Sufficient bollard pull for a minimum tow speed of six knots.
- Fully bunkered, with internet and satellite phone capability.
- Provision of tow bridle, hardware, emergency tow lines, and navigation lights.
- Use of an Independent Marine Surveyor (IMS) for oversight.
- Submission of a comprehensive towing package.
- At least one trail tug required in restricted waters.
Contract Details
- Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: V124 (Marine Charter For Things)
- Special Requirements: Jones Act compliance for the tug.
Evaluation
The original solicitation indicated that the award would be made to the responsible offeror whose technically acceptable proposal represented the lowest price, with consideration for domestic shipyard usage.
Key Contacts
- Primary: Matthew Price (matthew.r.price40.civ@us.navy.mil, 757-341-3348)
- Secondary: Christopher Tomlin (christopher.a.tomlin5.civ@us.navy.mil)