93-day Dry Cargo Time Charter
ID: N3220525R4005Type: Solicitation
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, through the Military Sealift Command Norfolk, is seeking proposals for a 93-day Dry Cargo Time Charter for a vessel capable of transporting hazardous materials. The procurement requires a U.S. or foreign-flagged self-sustaining vessel with a minimum capacity of 597 TEUs and a laden speed of 13 knots, compliant with HAZMAT regulations. This contract is crucial for maintaining operational readiness in maritime logistics, particularly for the transportation of hazardous materials, with the charter period set to commence on December 9, 2024. Interested parties must submit their proposals by October 28, 2024, and can contact Tiffany Gallon at tiffany.gallon@navy.mil or 757-341-7279 for further information.

    Files
    Title
    Posted
    The document outlines the fuel pricing and consumption metrics for Fiscal Year 2024, specifically focusing on the cost of Marine Gas Oil (MGO) per metric ton, set at $1,299.04. It details various fuel categories, such as fuel underway while laden, ballast, and auxiliary, as well as fuel consumption rates while in port and idle. All fuel prices fall under the SEACARD Open Market pricing model. While some sections indicate no costs associated with fuel types, this document serves to standardize fuel pricing calculations and reporting requirements necessary for federal RFPs relevant to fuel procurement. The structure categorically separates different fuel states and captures associated prices, providing critical information for budgeting and financial planning regarding fuel usage in maritime operations for government contracts. Overall, this document is crucial for ensuring compliance with federal procurement guidelines and managing fuel expenses within assigned budgets.
    The Military Sealift Command Norfolk has issued a Request for Proposals (RFP) N3220525R4005 for the procurement of vessel(s) capable of transporting hazardous materials. This solicitation, governed by FAR Part 12 and conducted under FAR 15 Contracting by Negotiation, seeks proposals for a U.S. or foreign-flagged vessel with specific capabilities, including carrying a minimum of 597 TEUs and satisfying HAZMAT regulations. The contract may result in the award of up to two firm-fixed-price contracts. The required charter period is 93 days, commencing on December 9, 2024, with a proposal submission deadline of October 28, 2024. Key contractual requirements include health and safety stipulations for crew management, documentation upon award, and capabilities for satellite communications. Critical criteria for evaluation will consider technical acceptability and price, with strong emphasis on compliance with Cargo Preference. The document also outlines necessary FAR clauses, subcontracting plans, and payment instructions, reinforcing the government’s intention to ensure fair competition and compliance with federal regulations. This RFP represents the government's commitment to maintaining operational readiness while adhering to safety standards for hazardous material transportation.
    The document outlines the "Offeror Representations and Certifications—Commercial Products and Commercial Services" provision as part of federal procurement processes. It mandates that offerors complete specific paragraphs based on their electronic certifications in the System for Award Management (SAM). Key definitions are provided, focusing on the statuses of small businesses, including economically disadvantaged women-owned businesses, service-disabled veteran-owned small businesses, and others, detailing ownership and control requirements. The document details compliance factors regarding forced labor, telecommunications equipment, and restricted operations in certain regions, including Sudan and Iran. It emphasizes the importance of accurate representations and certifications concerning previous contracts and compliance with federal laws, including tax liabilities. The regulations also include obligations under the Buy American Act, Trade Agreements Act, and various certifications regarding responsibility matters. In summary, this regulatory framework aims to ensure compliance, promote equitable business opportunities for disadvantaged groups, and maintain integrity in federal contracting through detailed representations, certifications, and compliance requirements.
    The document outlines the Wage Determination No. 2019-0288 under the Service Contract Act, specifically regarding minimum wage rates for federal contracts related to maritime work performed at U.S. coastal ports. It incorporates Executive Orders 14026 and 13658, dictating wage rates of at least $17.20 and $12.90 per hour respectively, depending on contract dates. The determination applies across various coastal states and establishes specific wages for numerous maritime occupations such as Master, Chief Engineer, and Able Seaman. Additionally, it specifies fringe benefits, including health and welfare provisions, paid vacation, and holidays. There are obligations regarding uniform maintenance costs and paid sick leave provisions as per Executive Order 13706. The document serves as a resource for contractors to ensure compliance with federal wage and labor standards in government-funded maritime services. Overall, it underscores the government's commitment to fair labor practices in contracts and highlights crucial employee rights and protections for those working in maritime environments.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USNS MERCY (T-AH 19) FY25 MID-TERM AVAILABILITY (MTA) WITH DRY-DOCKING REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking contractors for the Mid-Term Availability (MTA) of the USNS MERCY (T-AH 19), which includes a dry-docking requirement estimated to commence around August 15, 2025, lasting for approximately 122 days. The procurement involves various maintenance tasks such as general ship services, equipment replacement and upgrades, inspections, structural repairs, and dry-docking, all to be performed at a West Coast contractor facility. This opportunity is critical for maintaining the operational readiness of the USNS MERCY, a vital asset in the Navy's fleet. Interested contractors must submit their capabilities by October 31, 2024, and are encouraged to review the attached Non-Disclosure Agreement (NDA) to ensure compliance with data protection requirements. For further inquiries, contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil or Colin Edick at colin.j.edick.civ@us.navy.mil.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking proposals for the operation and maintenance of four Multi Mission Surface Combatants (MMSC) during a 14-month Post Delivery period. The procurement aims to secure a Professional Mariner (PM) Crew, augmented by a detachment from NSWC-PHD, responsible for safe navigation, equipment maintenance, and shipboard services during both in-port and at-sea operations. This initiative is critical for ensuring the operational readiness and effective management of naval assets, particularly as the MMSC is designed for advanced military capabilities and international cooperation. Interested parties should contact Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, and must submit requests for additional information by November 15, 2024, with feedback on the draft Statement of Work due by November 22, 2024. An Industry Day is anticipated in December 2024, with a Request for Proposal expected to be released in fiscal year 2025.
    NSWC-Panama City Support Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on a U.S. flag, Jones Act qualified vessel to support Naval Special Warfare missions based in Panama City, Florida. The vessel must meet specific operational requirements, including a minimum transit speed of 20 knots, the capacity to accommodate 12 personnel for up to ten days, and essential equipment such as a stern crane and A-frame, to facilitate at-sea research, development, testing, and evaluation. This procurement is critical for ongoing naval operations within the Gulf of Mexico and Atlantic Ocean, with an estimated operational tempo indicating frequent and extended use at sea. Interested parties are invited to submit their vessel specifications, estimated costs, and company qualifications by November 6, 2024, and may contact Jordan Schwaner or Reah Norris for further information.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is conducting a Sources Sought Notice to identify qualified contractors for maintenance, inspection, and repair services related to Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes comprehensive support services such as parts procurement, diagnostics, and compliance with safety regulations, ensuring that contractors can independently perform essential services aboard naval vessels. This opportunity is critical for maintaining operational readiness and logistical support for naval operations, with a focus on quality assurance and adherence to technical standards. Interested parties must submit a capability statement detailing their qualifications and past performance by November 1, 2024, to the primary contact, Alesha Ray, at alesha.j.ray.civ@us.navy.mil, or the secondary contact, Kourtney Brooks, at kourtney.k.brooks.civ@us.navy.mil.
    TANKER VOYAGE CHARTER
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking a TANKER VOYAGE CHARTER for transportation purposes in TUR. For more information, please refer to the attached Sources Sought Notice N32205-SS-N321-24-016.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    Long Term Vessel Storage (110-Ft Length)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors capable of providing long-term dry storage for three ex-U.S. Coast Guard 110-ft vessels. The procurement involves towing the vessels from the USCG Yard in Baltimore, MD, to a secure storage location within 150 miles, lifting them onto cradles, shrink-wrapping, and storing them in a secured area with video surveillance, starting approximately in March 2025 for an estimated duration of one year or more. Interested parties are encouraged to submit their capabilities, including daily storage rates, haul-out rates, and tow fees, to the designated contacts, Micha Wisniewski and Ilvin Soto, via email. This sources sought notice is for market research purposes only, and no solicitation is currently available.
    Scheduled Fuel Barge Transportation in Atlantic Region
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking sources capable of providing scheduled fuel barge transportation services in the Atlantic region, primarily to support the Defense Logistics Agency Energy. The procurement aims to ensure the safe and efficient transportation of Department of Defense-owned fuels, including JP5, F76, and Jet-A, utilizing compliant tug and barge systems across various waterways, with operations expected to commence on September 1, 2025, and continue until August 31, 2030. This initiative is critical for maintaining mission readiness in fuel logistics and adheres to military standards for safety and environmental compliance. Interested parties must submit their responses to the Request for Information (RFI) by October 25, 2024, and can direct inquiries to Sarah Albers at sarah.l.albers2.civ@mail.mil or Shanda L. Lyman at shanda.l.lyman.civ@mail.mil.
    EPF Layberth Multiple Award Contract - Indefinite Delivery Indefinite Quantity
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking qualified small businesses to provide layberth services for Expeditionary Fast Transport (EPF) vessels under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor will be responsible for ensuring secure berthing facilities that can accommodate at least two EPF vessels, including necessary maintenance capabilities and compliance with safety and operational standards. This procurement is critical for maintaining the operational readiness of military vessels, with the contract set to commence on December 1, 2024, and an estimated award date of January 15, 2025, lasting for five years. Interested parties should prepare for the solicitation to be available on SAM.gov around October 31, 2024, and may contact Jamiel Blizzard at jamiel.n.blizzard.civ@us.navy.mil or 757-443-5906 for further information.
    Voluntary Tanker Agreement (VTA)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.