TANKER VOYAGE CHARTER
ID: N3220526R6018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSCHQ NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a tanker voyage charter to transport clean products from Ulsan, Korea, to discharging ports in Qatar and Bahrain. The procurement requires one clean, approved U.S. or foreign flag, double-hull tanker equipped with an inert gas system and segregated ballast tanks, capable of carrying a minimum of 235,000 barrels of clean product. This charter is crucial for ensuring the efficient and safe transportation of essential materials, with laydays commencing on December 7, 2025, and closing on December 8, 2025. Interested parties should submit their proposals by November 13, 2025, at 1300 Eastern Time, and can contact David Hamilton at david.k.hamilton19.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Military Sealift Command Norfolk (MSC) has issued RFP N3220526R6018 for proposals for a firm-fixed-price contract to charter a double-hull tanker. The vessel must be capable of transporting a minimum of 235,000 barrels of JA1 fuel and meet specific technical requirements, including an Inert Gas System (IGS), Segregated Ballast Tanks (SBT), and various dimensional limitations. The solicitation emphasizes that proposals must include at least a ship name, price, and signature for consideration. Key aspects for offerors include providing detailed vessel information, such as SIRE system participation, Q-88, and certificates for safety management and security. Compatibility with the intended cargo, including previous cargo history and tank cleaning protocols, is critical. The route involves loading at Ulsan, Korea, and discharging at Mesaieed, Qatar, and Sitra, Bahrain, with laydays commencing December 7, 2025. Special requirements for contractors operating in the Republic of Korea under the U.S.-ROK Status of Forces Agreement (SOFA) are also detailed, covering logistics, medical support, and compliance with local laws and directives. The RFP incorporates various FAR and DFARS clauses governing contracting practices, including prohibitions on certain foreign-made products and specific reporting requirements.
    The “MSC TANKVOY 2024 (Rev. 1 (12-24))” is a revised Request for Proposals (RFP) from the Military Sealift Command for a Tanker Voyage Charter. This document outlines the terms and conditions for offers to perform a Charter Party, which will include the Standard Form (SF) 1449 and Parts I through IX. The revision incorporates Class Deviations 2025-O0003 and 2025-O0004, updating several FAR clauses, including 52.212-3, 52.212-5, and 52.223-23, and reserving others. Key changes include modifications to voyage and in-berth terms, additions regarding cargo receipts, alterations for Tanker Security Program vessels, combating trafficking in persons, health and safety, and operational security. It also updates FAR and DFARS clauses and revises sections on past performance and evaluation. The document details requirements for vessel specifications, cargo descriptions, ports, rates, laydays, demurrage, and various warranties, emphasizing regulatory compliance, vessel condition, and operational procedures. The Charterer retains rights for inspection, cancellation, and specified reimbursements, while outlining the responsibilities of both the Owner and the Charterer.
    Lifecycle
    Title
    Type
    TANKER VOYAGE CHARTER
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    East Coast Tanker Time Charter (Extended Term)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a Tanker Time Charter (Extended Term) as part of a Sources Sought notice. The procurement aims to evaluate options for an existing charter contract, specifically for one clean, U.S. flagged, Jones Act compliant, double hull tanker to transport clean petroleum for the Defense Logistics Agency (DLA) worldwide. Key requirements include a one-year base period with an eleven-month option, delivery in the Gulf of Mexico by January 9, 2026, and specific vessel characteristics such as a minimum capacity of 310,000 BBLs for various jet fuels and an age limit of less than twenty years. Interested parties must submit their company and vessel information, including daily rates, by December 11, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further details.
    51-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research for a 51-day dry cargo time charter to transport military cargo, including tracked and wheeled vehicles and breakbulk. The procurement seeks U.S. and foreign flag, self-sustaining vessels capable of accommodating a portion of 450,000 square feet of cargo, with the charter period commencing on March 25, 2026, and delivery and redelivery taking place at Beaumont, Texas. This opportunity is crucial for ensuring the timely and efficient movement of military supplies, and interested parties must submit vessel details, proposed layday, daily charter hire rate, and other relevant information by 1000 ET on December 9, 2025, via email to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil.
    180-day Special Time Charter w/ One 180-day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting market research for a 180-day special time charter with an option for an additional 180 days, seeking up to six Roll-on/Roll-off (RO/RO) vessels. These vessels must possess specific capabilities, including a combined capacity of at least 15,000 square feet, the ability to transport rolling stock and sensitive items such as ammunition and weapons, and meet stringent operational requirements such as beaching capability and a 5,000 nautical mile unrefueled range. Interested parties are required to submit detailed vessel specifications, pricing, and company information by December 8, 2025, at 11:00 PM Eastern Time, with Matthew Price serving as the primary contact for inquiries.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    90-DAY EXTENSION RED HILL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag tanker vessel under a Military Sealift Command (MSC) Tanker Time Charter for an additional 90 days. This extension is crucial to ensure continuous emergency storage capacity and rapid response capabilities in the event of a fuel storage tank failure at the Red Hill Bulk Fuel Storage Facility (RHBFSF) until the delivery of a newly awarded long-term contract vessel to Pearl Harbor, HI. The procurement is vital for maintaining operational readiness and supporting current and emergent missions. Interested parties can contact Stephanie Ricker at stephanie.ricker1@navy.mil or 757-341-5630, or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or 757-443-5886 for further details.
    DRY CARGO TUGCON
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    VOYAGE CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a Sources Sought notice (N32205-SS-N103-26-009) to identify U.S. flag vessels capable of transporting specific granite aggregates (57 and 89) from Canada to two discharge ports in Florida. The procurement requires vessels that can handle 46,000 metric tons of cargo, equipped with gear for discharge, and must meet specific operational criteria including crane offload rates and dimensions. This opportunity is critical for supporting the MSC's strategic sealift operations, ensuring the timely and efficient transport of essential materials. Interested parties must submit their company and vessel information via email to Jordan Morrison by November 4, 2025, at 1100 Eastern Time, with further inquiries directed to either Jordan Morrison or Achille Broennimann.
    USS CANLEY Oily Waste Removal
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking qualified contractors for the removal of oily waste from the USS JOHN L. CANLEY (ESB-6) at Naval Base Pearl Harbor, Hawaii. The contractor will be responsible for identifying, handling, storing, transporting, and disposing of approximately 15,000 gallons of oily waste, which consists of about 5% oil (primarily diesel fuel and engine lube oil) and 95% fresh water, with no known hazardous materials present. This procurement is set aside for small businesses, with a firm-fixed price purchase order anticipated, and quotes are due by December 8, 2025, at 10:00 AM Pacific Time. Interested parties should contact Matthew Bruce at matthew.s.bruce5.civ@us.navy.mil or Rey Estrada at amador.r.estrada.civ@us.navy.mil for further details.
    35-day Extension to Support Presidential Drawdown Authority (PDA) Requirements.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag cargo vessel under a Military Sealift Command (MSC) dry cargo time charter for an additional 35 days to support Presidential Drawdown Authority (PDA) requirements. The contract stipulates the need for a self-sustaining vessel capable of carrying a minimum of 228 Twenty-foot Equivalent Units (TEUs) while adhering to all applicable regulatory HAZMAT compatibility and segregation requirements. This vessel will be utilized for worldwide missions, with delivery at Military Ocean Terminal Sunny Point, NC, and redelivery in Nordenham, Germany. Interested parties can contact Leon G. Hazley at leon.g.hazley.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details.
    TUG SERVICES PORTSMOUTH NH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information regarding the procurement of two U.S.-flagged, Jones Act-compliant tugboats to support operations in Portsmouth, NH, and Kittery, ME, as part of a Sources Sought Notice (N32205-SS-26-021). The tugs must meet specific operational characteristics, including minimum bollard pull, passenger capacity, transit speed, and firefighting capabilities, with the contract anticipated to be a Firm Fixed Price type with reimbursable elements. This procurement is crucial for ensuring effective maritime operations in the designated areas, with a performance period from February 1, 2026, to January 31, 2027, and two option periods available. Interested parties are required to submit their company information, business size, financial capability, estimated daily rates, and vessel characteristics by December 9, 2025, and can contact Yvonne Escoto or Reah Norris for further inquiries.