TUGCON VOYAGE CHARTER

SOL #: N3220526R6071Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
MSCHQ NORFOLK
NORFOLK, VA, 23511-2313, United States

Place of Performance

HI

NAICS

Deep Sea Freight Transportation (483111)

PSC

Marine Charter For Things (V124)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 26, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 2, 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 the Navy, Military Sealift Command (MSC) Norfolk, is soliciting proposals for a Firm-Fixed-Price contract to procure ocean-going tug services for the TUGCON VOYAGE CHARTER. This Total Small Business Set-Aside opportunity requires a U.S. Flag, Jones Act certified tug to tow the EX-JUNEAU (LPD-10) as part of exercise Valiant Shield 26. Proposals are due April 2, 2026, at 11:00 AM ET.

Scope of Work

The requirement is for one U.S. Flag, Jones Act, ocean-going certified tug to tow the EX-JUNEAU (LPD-10) from Pearl Harbor, Hawaii, with an intermediate stop in Guam, to the Marianas Island Testing And Training Surveillance Area (250nm southeast of Guam). Key requirements include:

  • Vessel Specifications: Built 1970 or later, sufficient bollard pull for 6 knots (5 knot SOA) in Beaufort 5 conditions, and fuel capacity for the tow plus approximately 30 days standby (or a refueling plan).
  • Operational Requirements: Adherence to the U.S. Navy Towing Manual, provision of an Independent Marine Surveyor, comprehensive towing package, daily position reports, at-sea personnel transfer, and support for Guam operations (training, flight ops, live fire).
  • Mission Phases: Includes a SINKEX tow, disconnect by June 26, 2026, and standby capability within 100-200nm of the disconnect location for emergency reconnection.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price.
  • Set-Aside: Total Small Business Set-Aside.
  • Place of Performance: Hawaii, Guam, and Marianas Island Testing And Training Surveillance Area.
  • Key Dates:
    • Offer Due: April 2, 2026, 11:00 AM ET.
    • Layday(s): Commencing/cancelling May 18, 2026.
    • Arrival at Guam: No later than June 16, 2026.
    • Arrival at Drop Location: On or about June 26, 2026.

Submission & Evaluation

Proposals must include at least a ship name, a price, and a signature. Award will be made to the responsible offeror whose technically acceptable proposal represents the lowest price to the Government. Evaluation factors include technical capability, price, and consideration of domestic shipyard usage. Offerors must utilize the provided "Shipyard Data Template" to report qualifying U.S. and foreign shipyard work, as this data impacts the evaluation.

Amendments & Clarifications

Amendment A0001, posted March 31, 2026, provides the "Shipyard Data Template" spreadsheet and answers to vendor questions. It clarifies that the requirement for U.S. flag Jones Act vessels is firm. All other terms and conditions of the original RFP remain unchanged.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 31, 2026
Version 2
Solicitation
Posted: Mar 26, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 26, 2026
View
TUGCON VOYAGE CHARTER | GovScope