MSC PROFORMAS DECEMBER 2024 (12-24)
ID: MSC-N103A-12-2024Type: Special Notice
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 (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.

    Point(s) of Contact
    Files
    Title
    Posted
    The MSC Drytime 2024 RFP outlines a solicitation for charter services by the Military Sealift Command, focusing on a Dry Cargo Time Charter contract. The document comprises various parts detailing requirements, conditions, and reporting obligations of the contractor. Key elements include the provision for vessels, delivery and redelivery locations, charter period specifications, and revised qualifications for contractors. The RFP introduces new terms regarding health, safety, and anti-trafficking measures, alongside updates to communication protocols and vessel performance metrics. Additionally, it emphasizes the importance of reporting requirements and personnel qualifications, especially for crews operating outside the continental United States. Terms regarding charter hire, off-hire conditions, and damages responsibility during loading and discharging operations also feature prominently. The document, structured systematically into defined parts, aims to ensure compliance with federal regulations while facilitating effective cargo transport and military readiness. This RFP serves as a comprehensive guide for potential contractors to understand service delivery expectations and legal obligations under U.S. government operations.
    The Military Sealift Command (MSC) is soliciting proposals through the MSC DRYVOY 2024 Request for Proposals (RFP) for a Dry Cargo Voyage Charter, effective from December 2024. This RFP outlines the terms and conditions for contractors interested in providing vessels for government cargo transport, detailing contractual guidelines including standard terms (FAR 52.212-4), specific voyage terms, and additional requirements. Key features include provisions on freight rates, demurrage, loading and discharging responsibilities, and compliance with laws. The document is structured into various parts, including a preamble, detailed terms and conditions, cargo specifications, and instructions for offerors. Noteworthy amendments from previous versions encompass updates to cancellation options, operational security, and recent inclusions related to health and safety protocols. The primary purpose of this RFP is to invite and evaluate contractor proposals to ensure efficient and compliant maritime transport services supporting the government’s operational needs while adhering to regulatory frameworks. The comprehensive criteria aim to secure quality performance and operational readiness for the Military Sealift Command’s requirements for fleet support.
    The MSC PASSTIME 2024 RFP is a solicitation by the Military Sealift Command for offers to perform a passenger time charter, specifying terms and conditions integral to the contract. The document outlines various essential components, including a detailed list of effective changes, charter hire rates, reporting requirements, and inspection protocols. Key terms include the responsibilities of the contractor regarding vessel readiness, cargo handling procedures, and compliance with laws, particularly concerning health, safety, and combating human trafficking. It includes sections on charter mission scope, crew requirements, loading and discharging obligations, as well as pollution prevention measures. The RFP emphasizes the importance of regulatory compliance, safety protocols, and communication between the contracting parties. In essence, this document serves as a comprehensive guide for potential bidders, delineating the expectations and requirements for fulfilling the charter agreement while ensuring operational efficiency and legal adherence.
    The MSC Specialtime 2024 RFP outlines a solicitation for time charters by the Military Sealift Command (MSC) for December 2024. The document includes the standard contract framework, incorporating forms like SF 1449 and various parts detailing terms and conditions. Notable changes include updated invoicing procedures, new clauses related to health, safety, and combating trafficking in persons, and specifications on charter hire regarding operational readiness and security. The charter hire will cover costs linked to the vessel's basic operations, with conditions for off-hire status explicitly defined. Contractors must adhere to extensive reporting requirements and ensure their crewmembers are appropriately qualified, particularly for operations involving U.S. Navy activities. The RFP emphasizes the importance of compliance with environmental protection regulations and the repercussions of oil spills. As part of a larger federal procurement strategy, this document aims to establish the necessary legal and operational parameters for contracted maritime services, ensuring accountability and adherence to government mandates while prioritizing safety and efficiency in national defense operations.
    The Military Sealift Command (MSC) is issuing a Request for Proposals (RFP) for a Tanker Time Charter contract to perform maritime services, focusing on the transportation and prepositioning of petroleum and military cargoes. This RFP outlines the required terms and conditions for the contract, detailing vessel specifications, reporting requirements, crew qualifications, and compliance with various federal regulations, including provisions for environmental safety and security measures. Key changes to the contract terms include an emphasis on complying with anti-trafficking laws and addressing vessel readiness and inspection protocols before delivery. Vessel operators must maintain documentation such as cargo manifests and compliance with safety standards mandated by the U.S. Coast Guard and other regulatory bodies. The contract expects detailed submissions from offerors, including vessel itineraries, past performance data, and compliance with federal contracting rules. The MSC aims to ensure readiness and efficiency while adhering to governmental obligations, offering guidelines for invoice processing and reporting requirements under the Federal Acquisition Regulation (FAR) and Department of Defense policies. The RFP represents the government's commitment to securing reliable maritime services tailored to defense logistics, reinforcing the importance of maintenance and operational compliance throughout the contract duration.
    The MSC Tankvoy 2024 (12-24) RFP is a solicitation from the Military Sealift Command for a Charter Party to conduct tanker voyage operations in December 2024. This document outlines the terms and conditions for bidders, including freight rates, demurrage, and cargo handling requirements. Key provisions emphasize the need for vessels to comply with safety and operational standards, undergo inspections to ensure suitability, and adhere to regulations related to oil pollution prevention. The RFP specifies necessary documentation, including the DD Form 250-1 for cargo receipts, and mandates the provision of a secured and seaworthy vessel. The contract requires the contractor's compliance with federal regulations, including FAR clauses related to contract management and operational integrity. Additionally, the RFP notes specific amendments and updates to previous sections, reflecting evolving requirements focused on safety, security, and environmental protection. Through this RFP, the Military Sealift Command seeks to ensure efficient and compliant delivery of government cargo via tanker vessels while safeguarding the interests of the U.S. Government in maritime operations. The structured format includes various parts detailing the proposal process, evaluation criteria, and contractual obligations to guide offerors in their submissions.
    The MSC TUGCON 2024 RFP outlines a solicitation for tugboat services by the Military Sealift Command, detailing the regulatory framework for potential contractors. The contract will incorporate Standard Form 1449 and various parts stipulating terms, conditions, and evaluation criteria. Key amendments have been included, such as combatting trafficking in persons, health and safety requirements, and updates to confidence in domestic shipyards. The document contains specific instructions regarding the submission process, including the proposal validity and required certifications. It emphasizes inspection rights, contract compliance, liability, insurance requirements, and conditions for termination, either for convenience or cause. Notably, the tug's readiness, suitability, and insurance coverage for various risks are crucial parameters for fulfillment. The RFP highlights the government's expectations for contract performance and offers procedural guidance for managing disputes, laytime, demurrage, and cost adjustments. This document represents an essential step for vendors seeking to engage in federal contracts, reflecting the government's stringent procurement guidelines and the emphasis placed on safety, regulatory compliance, and operational readiness in military-related maritime operations.
    The MSC Tugtime 2024 solicitation outlines a request for proposals (RFP) for time-chartered, U.S. flag tugs to support harbor operations and ship handling in designated navigable waters. The scope of work includes towing, berthing, emergency towing services, pilot transfers, and crew provision. The contract will be awarded under a Firm Fixed Price model with possible reimbursable elements for specific, pre-approved expenses. The tugboats must meet specified physical characteristics and operational readiness, with availability required 24/7. Furthermore, the contract specifies detailed performance requirements, including response times for service requests, and outlines a systematic approach for management of costs, fuel, and above all, compliance with U.S. Coast Guard regulations. Additionally, provisions for reporting incidents, crew management, vetting procedures, and a strike contingency plan are included, ensuring operational robustness and adherence to safety standards. The overall aim of the document is to secure reliable marine support services while ensuring operational readiness for the U.S. government, emphasizing efficiency, safety, and regulatory compliance.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    30-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 30-day dry cargo time charter to support military transportation needs. The contract requires a self-sustaining vessel capable of carrying significant military cargo, including hazardous materials, with a minimum speed of 13 knots, and will operate between Charleston, South Carolina, and Gabès, Tunisia, starting March 14, 2025. This procurement is critical for ensuring efficient and compliant transportation of military supplies, emphasizing fair pricing and adherence to federal regulations. Interested offerors must submit their proposals by February 19, 2025, and can direct inquiries to Tiffany Gallon at tiffany.n.gallon.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil.
    USWC JONES ACT TANKER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the USWC Jones Act Tanker, specifically for a Charter Party related to the Military Sealift Command's Tanker Time Charter for 2023. The procurement includes a base charter period of one year with options for three additional one-year periods and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as U.S. Coast Guard standards. This contract is crucial for ensuring safe and effective maritime logistics support for the Department of Defense, particularly in transporting essential defense fuels along the West Coast and Hawaii. Proposals are due by March 31, 2025, and interested parties can contact Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil for further details.
    Special Time Charter for Marine Support Vessel
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and pricing of a U.S. flagged, Jones Act vessel to serve as a maritime support vessel for counternarcotics operations. The vessel will be homeported at Mayport Naval Base, FL, and is required to support 29 personnel, with the capacity to surge to 44 for up to 30 days without resupply, operating primarily in the Caribbean Sea and Eastern Pacific Ocean. This procurement is critical for enhancing operational capabilities in maritime security and drug interdiction efforts. Interested parties must submit their responses, including company and vessel details, by March 17, 2025, to the designated contacts, Yvonne Escoto and Danny Davis, at the provided email addresses.
    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.
    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 to support the United States Air Force (USAF). The ship must be capable of transporting ammunition in ISO containers, with a required delivery date of May 15, 2025, and must meet specifications including a minimum speed of 16 knots and a capacity for 900 ISO containers, while also being able to operate in extreme environmental conditions. This procurement is critical for ensuring military readiness and the efficient transportation of essential cargo, including explosive and non-explosive munitions, which must be stowed under controlled conditions. Interested vendors are invited to submit their responses by March 12, 2025, to the primary contact, Samantha Wooton, at samantha.r.wooton.civ@us.navy.mil, or by phone at 757-917-8071.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors for the provision of a Professional Mariner Crew for the Multi Mission Surface Combatant (MMSC) program. The procurement aims to ensure effective ship operations and maintenance, focusing on crew training, operational readiness, and compliance with U.S. Navy protocols. This opportunity is critical for enhancing naval capabilities and operational efficiency, particularly in the context of Foreign Military Sales agreements, such as the one with the Kingdom of Saudi Arabia for MMSC vessels. Interested parties can reach out to Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, with a presolicitation notice currently available and a deadline for Industry Day participation set for December 4, 2024.
    USNS WILLIAM MCLEAN MTA FY25
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is preparing to solicit maintenance work for the USNS WILLIAM MCLEAN (T-AKE 12), with a focus on engaging small businesses for this contract. The procurement, identified by solicitation number N3220525R4043, involves approximately 64 specific work items, including distiller cleaning, CCTV system installation, and cargo potable water tank repairs, with an anticipated performance period of 61 days starting around September 24, 2025. This initiative is crucial for maintaining naval vessels and ensuring operational readiness, highlighting the MSC's commitment to fostering competition among small contractors. Interested parties should note that the NDA related to sensitive technical data must be adhered to, and further details will be available on SAM.gov by March 7, 2025. For inquiries, contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    3424 CELRC KENOSHA Tug Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Philadelphia District, is seeking sources for the replacement of the 3424 CELRC Kenosha Tug. This procurement aims to identify qualified contractors capable of providing the necessary shipbuilding and repairing services, as categorized under NAICS code 336611 and PSC code 1925 for special service vessels. The tug is essential for various operational tasks, underscoring its importance in maintaining the efficiency and effectiveness of military maritime operations. Interested parties should reach out to Michael J. Hunter at michael.j.hunter@usace.army.mil for further information regarding this sources sought notice.
    Crew Vessel Transportation Services
    Buyer not available
    The Department of Defense, specifically the NAVSUP Fleet Logistics Center in Pearl Harbor, is seeking proposals from small businesses for Crew Vessel Transportation Services to support Midshipmen training at Point Loma, San Diego, from May 15, 2025, to August 15, 2025. The contractor will be responsible for transporting Navy personnel via a crew transfer vessel (CTV) to designated locations near San Clemente Island, adhering to safety and operational regulations, and ensuring compliance with U.S. Coast Guard standards. This service is crucial for facilitating essential submarine operations and training missions, with proposals evaluated based on the Lowest Priced Technically Acceptable (LPTA) method. Interested parties must register in the System for Award Management (SAM) and submit their proposals, including pricing and qualifications, by the specified deadlines. For further inquiries, contact Kyle Quintal at kyle.p.quintal.civ@us.navy.mil.
    USNS SUPPLY Rescue Boat
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of a SOLAS winch kit and various screws and washers under solicitation number N3220525Q2212. This acquisition is critical for supporting naval operations and ensuring the safety and effectiveness of maritime activities. The anticipated contract will be a firm-fixed price purchase order, with delivery required by October 9, 2025, to a designated location in Norfolk, VA. Interested vendors must submit their quotes by 10:00 AM EDT on March 12, 2025, and are encouraged to contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further inquiries.