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) is soliciting proposals for a Jones Act compliant tugboat charter for a single voyage. This Total Small Business Set-Aside opportunity seeks a U.S. Flag, ocean-going tug capable of towing two YC Barges from Philadelphia, PA to Kittery, ME. The contract will be a firm-fixed-price award. Proposals are due May 6, 2026, at 1100 Eastern Time.
Scope of Work
MSC requires a tug built in 1970 or later, with sufficient bollard pull to tow two YC Barges (110' length, 34' beam, 11' 3" max draft) at a minimum speed of six (6) knots in Beaufort 5 conditions. The tug must be fully bunkered for the voyage without refueling and equipped with internet and satellite phone capabilities. Compliance with the U.S. Navy Towing Manual (SL740-AA-MAN-10) is mandatory. Key tasks include obtaining an Independent Marine Surveyor (IMS), providing necessary towing equipment (bridle, emergency lines, etc.), performing NDT of barge deck fittings, and preparing a comprehensive towing package.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: One voyage
- Laytime: Four (4) days for the entire mission, commencing/cancelling June 15, 2026.
- Departure: INACTSHIPS Philadelphia, PA
- Destination: Portsmouth Naval Shipyard Seavey Island Kittery, Maine
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 483111 (Marine Charter For Things)
Submission & Evaluation
Offers must include at least a ship name, a price, and a signature. Proposals will be evaluated based on the Lowest Price, Technically Acceptable (LPTA) methodology, with consideration given to domestic shipyard usage. Failure to provide required submission documents may lead to ineligibility. Bidders must complete the Shipyard Data Sheet.xlsx to detail past shipyard work, differentiating between U.S. and foreign work. The 2015-0213 Rev. 40.pdf Wage Determination outlines minimum wage rates and fringe benefits for various occupations, which must be factored into pricing.
Key Dates
- Solicitation Posted: April 29, 2026
- Proposal Due: May 6, 2026, at 1100 Eastern Time
Contact Information
- Primary: Matthew Price (matthew.r.price40.civ@us.navy.mil, 757-341-3348)
- Secondary: Christopher Tomlin (christopher.a.tomlin5.civ@us.navy.mil)