This is a Request for Proposals (RFP) for a firm-fixed-price contract for a marine charter of a U. S. flag, Jones Act-compliant oceangoing tug. The tug must be capable of towing the ex-Juneau LPD 10 for Exercise Valiant Shield 26. The tow will commence from Pearl Harbor, Hawaii, with an intermediate stop in Guam for training, and a final destination in the Marianas Islands testing and training surveillance area. Key requirements include the tug being built in **** or later, having sufficient bollard pull and fuel capacity, and possessing internet and satellite phone capabilities. The U. S. Navy Tow Manual will be used for this requirement. A pre-tow conference at Pearl Harbor is mandatory. The contractor must provide an independent marine surveyor and all necessary tow equipment, including tow bridle, hardware, and emergency tow lines. A comprehensive towing package must be submitted for approval prior to the tow. The lump sum amount includes up to four days of laytime. Position reports are required twice daily in port and four times daily at sea. The contract also includes provisions for at-sea personnel transfers, training in Guam (including battle damage repair, flight operations, and live fire exercises), and potential mooring in Guam. The tug will then tow to a sinkex location and standby for emergency reconnection. Offerors must submit a warranty acknowledging all requirements. The acquisition is a total small business set-aside. Award will be made to the responsible offeror whose technically acceptable proposal represents the lowest price to the government.
The bid notice specifies a laydays commencing cancelling date of May 18, 2026, and an arrival in Guam no later than June 16, and arrival at the designated drop location no later than sunset on or about June 26, 2026.
The bid notice states that payment will be made by ERP DFASCL PAY DODAAC ****, and invoices should be submitted via Wide Area Work Flow (WAWF) payment instructions.
The bid notice requires the owner offeror to submit a warranty that they acknowledge and will meet all requirements of the solicitation.
The bid notice states that award will be made, if at all, to the responsible offeror whose technically acceptable proposal represents the lowest price to the government.
The bid notice requires the tug to be U. S. flag, Jones Act-compliant, oceangoing certified, built in **** or later, and have sufficient bollard pull and fuel capacity. Offerors must also provide a towing package and acknowledge all requirements.
The bid notice mentions a pre-tow conference at Pearl Harbor, Hawaii, prior to towing the vessel, which will be mutually agreed upon by MSC and the contractor but should occur not later than 24 hours before the tow.
The bid notice does not mention the submission of samples.