HTC71124DW021
Indefinite Delivery Contract
Overview
Government Description
Ocean & Intermodal Services -BASE Period
Government Project
USC-10
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price With Economic Price Adjustment
Set Aside
None
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$4,000,000,000 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Jacksonville, Florida 32256 United States.
Amendment Since initial award the Ordering Period End Date was extended from 08/31/25 to 08/31/26.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amendment Since initial award the Ordering Period End Date was extended from 08/31/25 to 08/31/26.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Tote Maritime Puerto Rico was awarded
Indefinite Delivery Contract HTC71124DW021 (HTC711-24-D-W021)
by
the Department of the Air Force
in August 2024.
The IDC
has a duration of 2 years and
was awarded
through solicitation Universal Services Contract - 10 (USC-10) RFP Package
full & open
with
NAICS 483111 and
PSC V115
via direct negotiation acquisition procedures with 26 bids received.
To date, $15,819,606 has been obligated through this vehicle.
The total ceiling is $4,000,000,000, of which 0% has been used.
The vehicle was awarded through Universal Services Contract 10 (USC-10).
DOD Announcements
Jul 2024:
Alaska Marine Lines Inc., Seattle, Washington (HTC71124DW001); American President Lines LLC, Arlington, Virginia (HTC71124DW002); American Roll-On Roll-Off Carrier LLC, Ponte Vedra Beach, Florida (HTC71124DW003); Crowley Government Services Inc., Jacksonville, Florida (HTC71124DW004); Farrell Lines Inc., Norfolk, Virginia (HTC71124DW005); Federated Maritime LLC, Boca Raton, Florida (HTC71124DW006); Foss International Inc., Seattle, Washington (HTC71124DW007); Hapag-Lloyd USA LLC, Atlanta, Georgia (HTC71124DW008); Liberty Global Logistics LLC, Lake Success, New York (HTC71124DW009); Maersk Line Limited, Norfolk, Virginia (HTC71124DW010); Matson Navigation Co. Inc., Oakland, California (HTC71124DW011); National Shipping of America LLC, San Francisco, California (HTC71124DW012); Northcliffe Ocean Shipping & Trading Co. Inc., St. Simons Island, Georgia (HTC71124DW013); Pasha Hawaii Holdings LLC, Honolulu, Hawaii (HTC71124DW014); Patriot Contract Services LLC, Concord, California (HTC71124DW015); Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC71124DW016); Sealift Inc. of Delaware, Oyster Bay, New York (HTC71124DW017); SeaTac Marine Services LLC, Seattle, Washington (HTC71124DW018); Superior Maritime Services Inc., Weston, Florida (HTC71124DW019); Tote Maritime Alaska LLC, Tacoma, Washington (HTC71124DW020); Tote Maritime Puerto Rico LLC, Jacksonville, Florida (HTC71124DW021); Trailer Bridge Inc., Jacksonville, Florida (HTC71124DW022); US Ocean LLC, New Orleans, Louisiana (HTC71124DW023); Waterman Transport Inc., Mobile, Alabama (HTC71124DW024); and Young Brothers LTD, Honolulu, Hawaii (HTC71124DW025), have been awarded an indefinite-delivery/indefinite-quantity, fixed-price contract with economic-price-adjustment, with an estimated cumulative face value of $750,000,000. This contract is to obtain commercial port operations and related transportation services in locations outside the continental U.S. The contract provides international ocean transportation and intermodal, time definite, port-to-port and door-to-door transportation service using ocean common, or contract carriers offering regularly scheduled commercial service, including shipment of both containerized and breakbulk cargo. The period of performance is from Sept. 1, 2024, to Aug. 31, 2025. Fiscal 2024-2029 working capital funds (Transportation) will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
Jul 2025: Alaska Marine Lines Inc., Seattle, Washington (HTC71124DW001); American President Lines LLC, Arlington, Virginia (HTC71124DW002); American Roll-On Roll-Off Carrier LLC, Ponte Verda Beach, Florida, (HTC71124DW003); Crowley Government Services Inc., Jacksonville, Florida (HTC71124DW004); Farrell Lines Inc., Norfolk, Virginia (HTC71124DW005); Federated Maritime LLC, Boca Raton, Florida (HTC71124DW006); Foss International Inc., Seattle, Washington (HTC71124DW007); Hapag-Lloyd USA LLC, Atlanta, Georgia (HTC71124DW008); Liberty Global Logistics LLC, Lake Success, New York (HTC71124DW009); Maersk Line Ltd., Norfolk, Virginia (HTC71124DW010); Matson Navigation Co. Inc., Oakland, California (HTC71124DW011); National Shipping of America LLC, San Francisco, California (HTC71124DW012); Northcliffe Ocean Shipping & Trading Co. Inc., St. Simons Island, Georgia (HTC71124DW013); Pasha Hawaii Holdings LLC, Honolulu, Hawaii, (HTC71124DW014); Patriot Contract Services LLC, Concord, California (HTC71124DW015); Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC71124DW016); Sealift Inc. of Delaware, Oyster Bay, New York (HTC71124DW017); SeaTac Marine Services LLC, Seattle, Washington (HTC71124DW018); Superior Maritime Services Inc., Weston, Florida (HTC71124DW019); Tote Maritime Alaska LLC, Tacoma, Washington (HTC71124DW020); Tote Maritime Puerto Rico LLC, Jacksonville, Florida (HTC71124DW021); Trailer Bridge Inc., Jacksonville, Florida (HTC71124DW022);
US Ocean LLC, New Orleans, Louisiana (HTC71124DW023); and Young Brothers Ltd., Honolulu, Hawaii (HTC71124DW025), have been awarded option period contract modifications to an indefinite-delivery/indefinite-quantity, fixed-price with economic-price-adjustment contract. The modifications total an estimated face value of $750,000,000 bringing the total estimated cumulative face value to $1,525,000,000. These modifications allow for procurement of the following services under the Universal Services Contract – 10 (UAX-10) program: international ocean and intermodal transportation services, including time-definite, port-to-port and door-to-door transportation service using ocean common or contract carriers offering regularly scheduled commercial service, to include shipment of both containerized and breakbulk cargo. The option period of performance is from Sept. 1, 2025, to Aug. 31, 2026. Working capital funds (Transportation) will be obligated for fiscal 2025 and 2026. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
Jul 2025: Alaska Marine Lines Inc., Seattle, Washington (HTC71124DW001); American President Lines LLC, Arlington, Virginia (HTC71124DW002); American Roll-On Roll-Off Carrier LLC, Ponte Verda Beach, Florida, (HTC71124DW003); Crowley Government Services Inc., Jacksonville, Florida (HTC71124DW004); Farrell Lines Inc., Norfolk, Virginia (HTC71124DW005); Federated Maritime LLC, Boca Raton, Florida (HTC71124DW006); Foss International Inc., Seattle, Washington (HTC71124DW007); Hapag-Lloyd USA LLC, Atlanta, Georgia (HTC71124DW008); Liberty Global Logistics LLC, Lake Success, New York (HTC71124DW009); Maersk Line Ltd., Norfolk, Virginia (HTC71124DW010); Matson Navigation Co. Inc., Oakland, California (HTC71124DW011); National Shipping of America LLC, San Francisco, California (HTC71124DW012); Northcliffe Ocean Shipping & Trading Co. Inc., St. Simons Island, Georgia (HTC71124DW013); Pasha Hawaii Holdings LLC, Honolulu, Hawaii, (HTC71124DW014); Patriot Contract Services LLC, Concord, California (HTC71124DW015); Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC71124DW016); Sealift Inc. of Delaware, Oyster Bay, New York (HTC71124DW017); SeaTac Marine Services LLC, Seattle, Washington (HTC71124DW018); Superior Maritime Services Inc., Weston, Florida (HTC71124DW019); Tote Maritime Alaska LLC, Tacoma, Washington (HTC71124DW020); Tote Maritime Puerto Rico LLC, Jacksonville, Florida (HTC71124DW021); Trailer Bridge Inc., Jacksonville, Florida (HTC71124DW022);
US Ocean LLC, New Orleans, Louisiana (HTC71124DW023); and Young Brothers Ltd., Honolulu, Hawaii (HTC71124DW025), have been awarded option period contract modifications to an indefinite-delivery/indefinite-quantity, fixed-price with economic-price-adjustment contract. The modifications total an estimated face value of $750,000,000 bringing the total estimated cumulative face value to $1,525,000,000. These modifications allow for procurement of the following services under the Universal Services Contract – 10 (UAX-10) program: international ocean and intermodal transportation services, including time-definite, port-to-port and door-to-door transportation service using ocean common or contract carriers offering regularly scheduled commercial service, to include shipment of both containerized and breakbulk cargo. The option period of performance is from Sept. 1, 2025, to Aug. 31, 2026. Working capital funds (Transportation) will be obligated for fiscal 2025 and 2026. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
Status
(Open)
Modified 12/15/25
Period of Performance
8/31/24
Start Date
8/31/26
Ordering Period End Date
Task Order Obligations
$15.8M
Total Obligated
$15.8M
Current Award
$15.8M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
HTC71124DW021
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under HTC71124DW021
$-
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 HTC71124DW021
Subcontract Awards
Disclosed subcontracts for HTC71124DW021
Opportunity Lifecycle
Procurement history for HTC71124DW021
Transaction History
Modifications to HTC71124DW021
People
Suggested agency contacts for HTC71124DW021
Competition
Number of Bidders
26
Solicitation Procedures
Negotiated Proposal/Quote
Other Than Full and Open Competition
Mobilization, Essential R&D
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
VQ5BWNLKNVJ8
Awardee CAGE
1TR53
Agency Detail
Awarding Office
HTC711 USTRANSCOM-AQ
Funding Office
F3ST15 F3ST15 HQ SDDC G8 AP
Created By
miguel.a.colunga-huerta.civ@mail.mil
Last Modified By
miguel.a.colunga-huerta@mail.mil
Approved By
miguel.a.colunga-huerta.civ@mail.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
FL-05
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
John Rutherford
Last Modified: 12/15/25