OPERATION AND MAINTENANCE OF THE OFFSHORE PETROLEUM DISTRIBUTION SYSTEM (OPDS) TO INCLUDE THE USNS VADM K.R. WHEELER AND THE USNS FAST TEMPO
ID: PM3-N105-25-001Type: Sources Sought
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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking contractor capabilities for the operation and maintenance of the Offshore Petroleum Distribution System (OPDS), which includes the USNS VADM K.R. WHEELER and the USNS FAST TEMPO. The primary objective is to ensure that these vessels remain compliant with regulations and maintain operational readiness for delivering fuel to U.S. forces and allies from offshore locations. This procurement is critical for sustaining military operations, and the anticipated contract will be a Firm-Fixed Price (FFP) award with an initial term of 12 months and up to four additional option periods. Interested contractors must demonstrate financial viability, possess a SECRET-level facility security clearance, and submit their qualifications by March 3, 2025, to Kurt J. Oberg at kurt.oberg@navy.mil or by phone at 757-443-2845.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Information (RFI) from COMSC N105A concerning the operation and maintenance of the Offshore Petroleum Distribution System (OPDS), particularly focusing on the USNS VADM K.R. WHEELER and the USNS FAST TEMPO. The aim is to solicit contractor capabilities for servicing this system, which is vital for delivering fuel to U.S. forces and allies from offshore vessels. The incumbent contractor will ensure that the vessels comply with all relevant regulations and maintain operational readiness. The anticipated contract will be a Firm-Fixed Price (FFP) award with an initial 12-month term and up to four additional option periods. Contractors must demonstrate financial viability and hold a SECRET-level facility security clearance. They are required to provide detailed information about their business size and structure, operational capabilities, financial resources, and previous relevant experiences. Responses to this RFI are due by March 3, 2025, and should encompass a comprehensive overview of the contractor's qualifications, along with any concerns or questions. The submission will support the development of the acquisition strategy, including considerations for small business set-asides. This document serves primarily as a market research tool, not as a solicitation for proposals.
    Similar Opportunities
    Ship Propulsion Fuel (Bunkers)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Ship Propulsion Fuel (Bunkers) for U.S. vessels at various global ports. This procurement includes Distillates and Residuals, specifically Commercial Marine Gas Oil (MGO), Intermediate Fuel Oils (IFO 180 and IFO 380), Very Low Sulfur Fuel Oil (VLSFO), and potentially MILSPEC products like JP5 and F76 for Navy ships, with deliveries scheduled from October 1, 2024, to October 31, 2025. The initiative is critical for maintaining operational readiness and compliance with environmental standards in military logistics, emphasizing quality assurance and rigorous documentation practices. Interested vendors must register in the SEA Card® Online program and can direct inquiries to Francis Murphy at Francis.c.Murphy@dla.mil or Jasper Pili at Jasper.Pili@dla.mil, with the ordering period commencing on October 1, 2024.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    TANKER TIME CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a tanker time charter under Sources Sought Notice No. N32205-SS-N351-25-039. The objective is to assess market interest in providing either a 105-day or an 85-day charter for a clean, U.S. Jones Act-compliant tanker or a non-connected tug and barge capable of transporting petroleum products to support the Defense Logistics Agency-Energy, with deliveries targeted for Port Arthur, TX, or Selby, CA, starting in May and June 2025, respectively. This procurement is crucial for ensuring efficient logistics and support for military operations, emphasizing the need for vessels that meet specific operational capabilities and regulatory compliance. Interested parties must submit their company details, vessel specifications, charter rates, and fuel consumption data by March 3, 2025, and can contact David C. Anaya at david.c.anaya.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further information.
    TANKER VOYAGE CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information for a tanker voyage charter to transport clean petroleum as part of the Strategic Sealift Program. The procurement requires clean, double-hull tankers, either U.S. or foreign-flagged, with a minimum capacity of 200,000 barrels of JA1, adhering to specific operational standards regarding age, draft, and dimensions. This initiative is crucial for ensuring the government has access to capable vessels for critical logistics support, with the expected loading port in St. Theodore, Greece, and discharge at Marseilles-Lavera, France, commencing on April 13, 2025. Interested parties must submit their company details, vessel specifications, and charter rates by February 28, 2025, and can contact Tiffany Gallon at tiffany.n.gallon.civ@us.navy.mil or Robbin A. Jefferson at robbin.jefferson@navy.mil for further information.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    USNS SUPPLY Lube Oil Pump Overhaul
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the overhaul of the lube oil pump on the USNS SUPPLY, specifically for the procurement of CM423EUVT-550J major and minor kits from CIRCOR Naval Solutions, LLC. This combined synopsis/solicitation, numbered N3220525Q4040, emphasizes the need for mechanical power transmission equipment, which is critical for the operational efficiency of naval vessels. Interested offerors must submit detailed quotes, including pricing and technical capabilities, by March 3, 2025, with delivery expected by September 30, 2025, at a designated location in Norfolk, Virginia. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil.
    SURTASS-E Long Term
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking information through a sources sought notice (N32205-SS-25-037) to evaluate the feasibility of chartering a vessel capable of towing a passive acoustic monitoring system for U.S. Navy operations. Interested vendors are required to provide details about a U.S. or foreign-flagged vessel that can operate globally, maintain consistent towing speeds of 4-6 knots for up to 60 days, and ensure heading stability, along with information on vessel classification, readiness timeline post-award, personnel accommodations, and associated costs. This procurement is crucial for supporting military operations and ensuring compliance with security and safety regulations, with a period of performance set for 334 days starting from March 31, 2025. Vendors must submit their detailed responses by February 27, 2025, and can direct inquiries to Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    Dredge Jadwin Lube Oil for USACE MVK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking quotes from qualified small businesses for the procurement of lubricating oil for the Dredge Jadwin, specifically Exxon Mobil Gard 410 NC or Chevron 710 LE 40, along with the disposal of used oil. The contract will cover the delivery of up to 25,000 gallons of oil over a two-year period, from March 1, 2025, to February 28, 2027, with shipments averaging 2,000 gallons each, and the contractor will also be responsible for the removal and disposal of up to 11,000 gallons of used oil. This procurement is critical for maintaining the operational efficiency of the dredge while ensuring compliance with environmental regulations regarding oil management. Interested vendors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Javonta Roper at javonta.a.roper@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, with an estimated contract value of up to $334,375.00.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
    Buyer not available
    The Department of the Navy is seeking qualified contractors to provide global repair services for the US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP). The procurement aims to ensure the operational readiness and reliability of these critical diesel generators, which are essential for submarine operations and emergency power supply. Interested parties should note that the primary point of contact for this opportunity is Derek W. Diep, who can be reached at derek.w.diep.civ@us.navy.mil, with Francis J. Brady as the secondary contact at francis.j.brady14.civ@us.navy.mil. Further details regarding the timeline and funding specifics will be provided in the forthcoming solicitation.