Dry Cargo Voyage Charter
ID: N3220525R4046Type: 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)

Set Aside

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

    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to provide a U.S. flag, Jones Act-compliant tug and barge or self-sustaining vessel for the transportation of hazardous cargo, specifically 20-foot ISO shipping containers. The selected vessel must meet specific requirements, including a maximum length of 700 feet, a draft of 31.5 feet, and the capacity to carry at least 100 twenty-foot containers, with operations scheduled to load at Naval Magazine, Indian Island, WA, and discharge at Valdez, AK, by April 11, 2025. This procurement emphasizes the importance of secure transport capabilities for hazardous materials while promoting small business participation in federal contracting, as it is set aside for total small business participation. Proposals are due by March 3, 2025, at 1300 Eastern Time, and interested parties can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Military Sealift Command Norfolk is soliciting proposals for a firm-fixed-price contract (RFP N3220525R4046) to provide one U.S. flag, Jones Act-compliant tug and barge or self-sustaining vessel for transporting hazardous cargo, specifically 20-foot ISO shipping containers. Key requirements include vessel size limitations (maximum length of 700 ft and draft of 31.5 ft), capacity to carry at least 100 twenty-foot containers, and compliance with various certificates related to cargo safety and personnel. Cargo will be loaded at Naval Magazine, Indian Island, WA, with a specified load date of April 1, 2025, and discharged at Valdez, AK, by April 11, 2025. The contract set aside for small businesses aims to ensure compliance with federal regulations and clauses addressing labor standards, ethical conduct, and safety protocols for hazardous materials. Proposals must be submitted by March 3, 2025, at 1300 Eastern Time. This RFP emphasizes the government's focus on secure transport capabilities while engaging small business participation in federal contracting.
    The document presents Wage Determination No. 2019-0288 issued by the U.S. Department of Labor, outlining minimum wage and fringe benefit requirements for contractors under the Service Contract Act, specifically for contracts operating in various coastal U.S. ports. Effective January 30, 2022, contractors must pay employees at least $17.75 per hour or the applicable higher rate, depending on the contract date and any extensions. Selected occupations for contracts include positions such as Master, Chief Engineer, Second Mate, and various engineering and support roles, each with specified wage rates. Additionally, it emphasizes compliance with Executive Orders that mandate paid sick leave for federal contractors, alongside prescribed fringe benefits like health and welfare allowances, vacation, and holidays. The document also highlights the procedures for classifying additional occupations not listed, ensuring all employees receive appropriate wage compensations. This guidance serves to protect worker rights and establish clear compensation frameworks for federal contracts, reflecting the government’s commitment to fair labor standards.
    This document details the maintenance and repair activities performed on a fleet of vessels, specifically focusing on Tug ABC and Barge ABC. It outlines the scheduled maintenance costs for Tug ABC, indicating an expenditure of $XX,XXX.XX, while noting no costs for the barge. The document also provides information on shipyard work performed, including hall cleaning, blasting, and painting, with associated costs of $XX,XXX.XX. Work was executed at two qualifying shipyards: Marine Group Boat Works in Chula Vista, CA, and Seaspan Vancouver in North Vancouver, Canada, between June 2020 and February 2021. The file adheres to federal requisites, possibly as part of a request for proposals (RFP) or grant documentation focused on maritime maintenance activities. Overall, it serves as a record of maintenance costs and the respective shipyards engaged in the work, highlighting the focus on compliance with U.S. regulations regarding vessel upkeep and repairs within a structured federal framework.
    Lifecycle
    Title
    Type
    Dry Cargo Voyage Charter
    Currently viewing
    Solicitation
    Similar Opportunities
    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 the efficient transportation of fuel to support military operations, and interested parties must provide company details, vessel specifications, charter rates, and fuel consumption data, confirming their small business status by the response deadline of March 3, 2025. For further inquiries, interested vendors 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.
    OPERATION AND MAINTENANCE OF THE OFFSHORE PETROLEUM DISTRIBUTION SYSTEM (OPDS) TO INCLUDE THE USNS VADM K.R. WHEELER AND THE USNS FAST TEMPO
    Buyer not available
    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.
    Time Charter Container Ship for United States Air Force (USAF)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and cost of a time-chartered container ship for the United States Air Force (USAF). The ship must be capable of carrying ammunition in ISO containers, with a required delivery date of May 15, 2025, and must meet specific performance criteria, including a minimum speed of 16 knots and a capacity for 900 ISO containers, while being able to operate in extreme environmental conditions. This procurement is crucial for supporting the transportation and prepositioning of military cargo worldwide, emphasizing the government's commitment to military readiness. Interested vendors must submit their responses, detailing ship capabilities, availability, and pricing factors, by March 12, 2025, to the designated contacts, Samantha Wooton and F. Carley Orvin, whose contact information is provided in the opportunity overview.
    Dry Cargo Voyage Charter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors for a Dry Cargo Voyage Charter. This presolicitation opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 483111, which pertains to Deep Sea Freight Transportation. The charter services are crucial for the transportation and relocation of marine cargo, supporting various naval operations. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil for further details, with the procurement process expected to unfold in the near future.
    USNS MATTHEW PERRY Foreign Trash Removal
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking contractors for the removal of foreign trash aboard the USNS MATTHEW PERRY at Vigor Shipyard in Portland, Oregon. The contract involves offloading approximately 40 tri-walls, totaling about 2560 cubic feet or 20,000 pounds of foreign trash, which requires compliance with MARPOL regulations for disposal. This service is critical for maintaining environmental standards and ensuring proper waste management aboard naval vessels. Interested contractors should contact Matthew Bruce at matthew.s.bruce5.civ@us.navy.mil or call 619-553-0285 for further details, with the dumpster arrival scheduled for March 10, 2025, and a Customs and Border Protection inspection on March 11, 2025.
    ISU CONTAINERS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the procurement of ISU containers, with a focus on supporting Women-Owned Small Businesses (WOSB). The contract will be awarded on a firm fixed-price basis, emphasizing the delivery of specialized shipping and storage containers, which are crucial for military logistics and operations. Interested offerors must comply with various Federal Acquisition Regulation (FAR) clauses and are required to register with the System for Award Management (SAM) and utilize the Wide Area Workflow (WAWF) system for invoicing. Proposals are due by February 28, 2025, and interested parties should contact Eileen Trezise at eileen.d.trezise.civ@us.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.
    Scheduled Fuel Barge Transportation in Atlantic Region
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking qualified contractors for scheduled fuel barge transportation services in the Atlantic Region. The procurement aims to ensure reliable and efficient inland water freight transportation of fuel, which is critical for military operations and logistics. The contract will be performed in Fort Belvoir, Virginia, and interested parties can reach out to Stephanie Eckert at stephanie.a.eckert.civ@mail.mil or by phone at 618-817-9487 for further details. The presolicitation notice indicates that the procurement process is underway, and potential bidders should prepare their submissions accordingly.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
    ISTF Barge Support
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for barge transportation services to support the Marine Wing Support Squadron 172 in Japan. The contractor will be responsible for providing roll-on/roll-off barge transport for military equipment between Naha Military Port and Ie Shima Port, with a contract period from April 1, 2025, to March 31, 2026. This service is critical for ensuring the timely and safe transportation of military assets, particularly in support of the Ie Shima Coral Runway Project, while adhering to local regulations and operational requirements. Interested contractors should contact Capt. Caleb Rogers at caleb.h.rogers.mil@usmc.mil or Angela Dash at angela.j.dash.civ@usmc.mil for further details, and must comply with the solicitation amendments to maintain eligibility for submission.