TUGCON Voyage Charter
ID: N3220525R4075Type: Solicitation
AwardedMay 28, 2025
$1.7M$1,720,000
AwardeeAMERICAN MARINE CORPORATION Honolulu HI 96817 USA
Award #:N3220525P2095
Overview

Buyer

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

NAICS

Deep Sea Freight Transportation (483111)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor to provide a U.S. flag, ocean-going certified tug for a voyage charter to support an open-ocean tow mission. The contract requires the tug to tow the berthing barge YRBM 58 in accordance with the U.S. Navy Tow Manual, with the voyage commencing from Naval Base San Diego, CA, to Naval Base Guam, with specific laydays set between June 16 and June 22, 2025. This procurement is crucial for ensuring the safe and efficient transportation of naval assets, reflecting the Navy's operational readiness and logistical capabilities. Interested small businesses must respond to the presolicitation notice by April 30, 2025, and can direct inquiries to Matthew Price at matthew.r.price40.civ@us.navy.mil or by phone at 757-341-3348.

    Files
    Title
    Posted
    The document pertains to Wage Determination No. 2015-0213 issued by the U.S. Department of Labor's Wage and Hour Division, focusing on minimum wage rates and benefits under the Service Contract Act (SCA) for contracts involving various occupations, particularly in tugboat operations. It outlines specific wage requirements based on Executive Orders 14026 and 13658, setting minimum hourly rates at $17.75 and $13.30 respectively for applicable contract periods. Additionally, health and welfare benefits are specified, along with vacation and holiday entitlements for employees. The document also details the conformance process for unlisted job classifications, requiring contractors to submit additional classification requests to ensure fair pay for all workers. Occupational descriptions for roles such as Captain, Deckhand, and Engineer of Harbor Tugs are included, providing clarity on qualifications and responsibilities. Overall, this Wage Determination serves to enforce labor standards and protections for workers engaged in government contracts, ensuring compliance with federal wage determinations and maintaining workers' rights.
    The document presents a Request for Proposals (RFP) N3220525R4075 issued by the Military Sealift Command Norfolk for a firm-fixed-price contract under FAR 13.5. The RFP seeks proposals for a U.S. flag, ocean-going certified tug capable of towing a berthing barge (YRBM-58) from Naval Base San Diego, California, to Naval Base Guam. The contract is specifically set aside for small businesses, and proposals are to be submitted by April 30, 2025. Key requirements include a tug built in 1970 or later, adequate horsepower for towing, and adherence to specified towing conditions and procedures as per the U.S. Navy Tow Manual. Offerors must also provide an Independent Marine Surveyor (IMS) for oversight and inspection. The document outlines detailed considerations for the towing operation, including vessel specifications, pre-tow preparations, cargo handling, transit plans, and communication protocols. Additionally, the RFP incorporates various federal standard clauses and provisions, emphasizing compliance with legal and regulatory standards. The document serves as a comprehensive guide for potential bidders, detailing the evaluation criteria based on the technical capability of proposed vessels and the specific operational requirements for the towing mission.
    The document presents detailed architectural and engineering drawings for the design of a U.S. Navy YRBM (Yard, Repair, Berthing, and Maintenance) vessel, including technical specifications and revisions. Significant modifications include the arrangement of the quarter deck, adjustments to stair dimensions, and structural enhancements around galley storerooms. Key dimensions of the vessel are specified: a molded length of 151'-4", a beam of 49'-4", and a design draft of 6'-6". Various sheet revisions indicate changes made over time in response to internal and external feedback, particularly from NAVSEA, to meet updated requirements. The information is proprietary to Conrad Shipyard, LLC, emphasizing confidentiality and specific approvals required for any disclosures. The drawings are crucial for understanding the vessel's construction and layout, indicating a focus on improving functionality and compliance with naval standards. These revisions reflect the ongoing nature of military projects, where enhancements are made in response to evolving operational or situational needs.
    The document outlines the specifications and arrangements for mooring and towing equipment on the US Navy YRBM vessel, measuring 151'-4" by 49'-4" by 14'-1". It details the arrangement and materials required for anchoring and securing the vessel, including components such as cast steel double bitts, cleats, and various types of shackles and chains, along with their respective safe working loads. The document also enumerates revisions made to the mooring plan, adjustments for high and low tide body plans, and modifications to the arrangements based on design developments. Safety protocols included in these plans underscore the importance of ensuring that all components meet stringent regulatory standards. The overarching goal of the document is to provide clear technical information for the construction and installation of vital mooring equipment, facilitating safe and effective operations for the vessel within its operational context. This aligns with requirements typically outlined in federal RFPs for military support operations.
    This report outlines the foundation calculations for mooring and towing equipment on the Conrad Hull C1401, an accommodation barge for the US Navy. It includes technical analyses for various mooring components, such as double bitts, kevel chocks, and Panama chocks. Each section details the safe working loads, dimensions, and structural support requirements, determined through calculations using BeamPro software. The analysis indicates that several headers and stiffeners will need to be reinforced or replaced to ensure adequate strength and stability to support the equipment's significant loads. Specifically, the calculations assess shear areas and section moduli to validate the integrity of the proposed structures. Warnings about compliance with export laws and data dissemination protocols are emphasized, reflecting the document's proprietary nature and applicability only to U.S. government agencies and contractors. This report serves as a critical engineering document that aligns with federal requirements for ensuring the structural reliability of naval assets during operations.
    The document outlines the design and specifications for a U.S. Navy YRBM vessel, emphasizing its key features and structural dimensions. The construction plan includes detailed components such as various weather-tight doors, manholes, cleats, and mooring fittings, along with essential navigation and safety equipment like life jackets, buoyant life rings, and emergency towing features. Revisions and modifications to the design are noted, reflecting updates based on design development and adherence to safety standards, including lighting and handrail specifications. The document also emphasizes the installation of features that will facilitate shore connections, secure brow accommodations, and ensure smooth operational flow. It serves as a foundational blueprint for contractor compliance, ensuring the vessel meets military and regulatory requirements for functionality and safety. As such, it is a critical document for guiding the construction and outfitting of the vessel in accordance with U.S. Navy specifications.
    The document outlines towing procedures for the YRBM vessel, emphasizing safety and compliance with ABS (American Bureau of Shipping) requirements during towing operations. Key procedures include ensuring all systems are disconnected from shore connections and properly securing doors, windows, and portable covers to prevent damage. The towing preparation involves de-energizing multiple systems, disconnecting shore lines, and installing transit covers. Before towing, an inspection of towing equipment, including cables and connections, is mandatory. Effective communication among towing personnel and adherence to specific NAVSEA drawings and the U.S. Navy Towing Manual is essential. These procedures ensure the vessel's integrity and mission effectiveness throughout towing operations. This document serves as a comprehensive guide for compliance and operational readiness in federal and military contexts, reflecting the meticulous standards required in governmental and maritime operations.
    Lifecycle
    Title
    Type
    TUGCON Voyage Charter
    Currently viewing
    Award
    Presolicitation
    Similar Opportunities
    DRY CARGO TUGCON
    Dept Of Defense
    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.
    NORFOLK HARBOR TUGS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking information from qualified vendors regarding the procurement of tug services for Norfolk Harbor. This Sources Sought notice aims to identify potential sources capable of providing navigational services to shipping, particularly in the context of marine charter transportation. Tug services are critical for ensuring safe and efficient maritime operations in busy ports, such as Norfolk, Virginia. Interested parties are encouraged to reach out to the primary contact, Jordan Schwaner, at jordan.t.schwaner.civ@us.navy.mil or by phone at 156-422-64538, or the secondary contact, Yvonne Escoto, at yvonne.escoto.civ@us.navy.mil or 564-230-3497, for further details regarding this opportunity.
    YD Crane Rental and Tug Services at Naval Base San Diego, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors to provide Yard Derrick floating crane and tug services at Naval Base San Diego, California. This procurement aims to support fleet requirements in the San Diego area for a duration of 31 days, specifically from February 8, 2023, to March 10, 2023, with the possibility of extending the contract for three additional one-week options. These services are crucial for the efficient operation and logistical support of naval fleet activities in the region. Interested parties can reach out to Stephanie Scannell at stephanie.j.scannell2.civ@us.navy.mil or by phone at 408-373-2209 for further details regarding this opportunity.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    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.
    Tanker Voyage Charter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean product (JP8) from Algeciras, Spain, to Mersin, Turkey. The procurement requires a 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 150,000 barrels of the specified product. This charter is crucial for ensuring the safe and efficient transportation of military fuel, with laydays commencing on January 30, 2026, and closing for responses on December 16, 2025, at 10:00 AM Eastern Time. Interested parties can contact Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil or 564-230-3633 for further details.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    60-day Tanker Time Charter
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 60-day tanker time charter under RFP N3220526R6032. The contract requires a clean, U.S. or foreign flag, double-hull tanker capable of carrying 235,000 barrels of clean product, with specific vessel requirements including age, SIRE system participation, and compliance with MSC TANKTIME 2024. This procurement is crucial for military readiness and petroleum cargo transportation, with the charter period scheduled from February 5-6, 2026, and proposals due by December 17, 2025, at 1100 ET. Interested parties should contact Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL or 564-230-3114 for further details.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.