693JF726D000001
Indefinite Delivery Contract
Overview
Government Description
Layberthing for two rrf vessels, cape sable, cape san juan, and/or cape starr in san francisco, CA. The contractor is responsible for providing a safe layberth for these ro/ro vessels, including obtaining and maintaining necessary permits and licenses, ensuring compliance with OSHA and USCG safety requirements, maintaining access roads and parking areas, providing metered shore power services, establishing an oil spill response plan, ensuring 24/7 communication capabilities, and conducting regular maintenance of the layberth facility. Additional requirements include submitting plans for any necessary facility improvements, complying with nepa requirements, and providing documentation regarding mooring arrangements, structural integrity, and environmental compliance.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$13,547,862 (36% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Francisco, California 94124 United States.
California Sealift Terminals was awarded
Indefinite Delivery Contract 693JF726D000001 (693JF7-26-D-000001)
by
Maritime Administration
for Layberthing For RRF Vessels (MARAD)
in November 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation Layberthing for up to three (3) CAPE S class RRF vessels, CAPE SABLE, CAPE SAN JUAN, CAPE STARR on the U.S. East, Gulf, or West Coast. (Amended)
full & open
with
NAICS 488390 and
PSC V119
via sealed bid acquisition procedures with 5 bids received.
To date, $4,939,144 has been obligated through this vehicle.
The total ceiling is $13,547,862, of which 36% has been used.
Status
(Open)
Modified 12/22/25
Period of Performance
11/30/25
Start Date
11/30/30
Ordering Period End Date
Task Order Obligations
$4.9M
Total Obligated
$4.9M
Current Award
$4.9M
Potential Award
Federal Award Analysis
Historical federal task order obligations under 693JF726D000001
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under 693JF726D000001
Subcontract Awards
Disclosed subcontracts for 693JF726D000001
Opportunity Lifecycle
Procurement history for 693JF726D000001
Transaction History
Modifications to 693JF726D000001
People
Suggested agency contacts for 693JF726D000001
Competition
Number of Bidders
5
Solicitation Procedures
Sealed Bid
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
NJ9EMUPNLN53
Awardee CAGE
34AX9
Agency Detail
Awarding Office
693JF7 693JF7 DOT MARITIME ADMINISTRATION
Funding Office
693JF7 693JF7 DOT MARITIME ADMINISTRATION
Created By
henry.puppe
Last Modified By
denise.clarke
Approved By
denise.clarke
Legislative
Legislative Mandates
None Applicable
Awardee District
FL-04
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Aaron Bean
Last Modified: 12/22/25