51-Day Dry Cargo Time Charter
ID: N32205-SS-N321-26-027Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSCHQ 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 Military Sealift Command (MSC), is conducting market research for a 51-day dry cargo time charter to transport military cargo, including tracked and wheeled vehicles and breakbulk. The procurement seeks U.S. and foreign flag, self-sustaining vessels capable of accommodating a portion of 450,000 square feet of cargo, with the charter period commencing on March 25, 2026, and delivery and redelivery taking place at Beaumont, Texas. This opportunity is crucial for ensuring the timely and efficient movement of military supplies, and interested parties must submit vessel details, proposed layday, daily charter hire rate, and other relevant information by 1000 ET on December 9, 2025, via email to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil.

    Files
    Title
    Posted
    The Military Sealift Command (MSC) is conducting market research through a Sources Sought Notice (N32205-SS-N321-26-027) for a 51-day dry cargo time charter. This is a Request for Information (RFI) to identify U.S. and foreign flag, self-sustaining vessels capable of transporting a portion of 450,000 square feet of military cargo (tracked and wheeled vehicles, and breakbulk). The charter period is 51 days, commencing March 25, 2026, with delivery and redelivery at Beaumont, Texas. Interested parties must provide vessel details, proposed layday, daily charter hire rate, fuel consumption, militarily useful deck space (specifically Ro/Ro vessels with 7'5"+ clearance), supercargo capacity, company information (UEI and business size), and potential subcontracting opportunities for large businesses. Responses are due by 1000 ET on December 9, 2025, via email to Jordan Morrison.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    180-day Special Time Charter w/ One 180-day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting market research for a 180-day special time charter with an option for an additional 180 days, seeking up to six Roll-on/Roll-off (RO/RO) vessels. These vessels must possess specific capabilities, including a combined capacity of at least 15,000 square feet, the ability to transport rolling stock and sensitive items such as ammunition and weapons, and meet stringent operational requirements such as beaching capability and a 5,000 nautical mile unrefueled range. Interested parties are required to submit detailed vessel specifications, pricing, and company information by December 8, 2025, at 11:00 PM Eastern Time, with Matthew Price serving as the primary contact for inquiries.
    VOYAGE CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a Sources Sought notice (N32205-SS-N103-26-009) to identify U.S. flag vessels capable of transporting specific granite aggregates (57 and 89) from Canada to two discharge ports in Florida. The procurement requires vessels that can handle 46,000 metric tons of cargo, equipped with gear for discharge, and must meet specific operational criteria including crane offload rates and dimensions. This opportunity is critical for supporting the MSC's strategic sealift operations, ensuring the timely and efficient transport of essential materials. Interested parties must submit their company and vessel information via email to Jordan Morrison by November 4, 2025, at 1100 Eastern Time, with further inquiries directed to either Jordan Morrison or Achille Broennimann.
    35-day Extension to Support Presidential Drawdown Authority (PDA) Requirements.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag cargo vessel under a Military Sealift Command (MSC) dry cargo time charter for an additional 35 days to support Presidential Drawdown Authority (PDA) requirements. The contract stipulates the need for a self-sustaining vessel capable of carrying a minimum of 228 Twenty-foot Equivalent Units (TEUs) while adhering to all applicable regulatory HAZMAT compatibility and segregation requirements. This vessel will be utilized for worldwide missions, with delivery at Military Ocean Terminal Sunny Point, NC, and redelivery in Nordenham, Germany. Interested parties can contact Leon G. Hazley at leon.g.hazley.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details.
    Tanker Voyage Charter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean products from Onsan, Korea, to discharging ports in Mesaieed, Qatar, and Sitra, Bahrain. The procurement requires one 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 240,000 barrels of clean product. This charter is crucial for ensuring the safe and efficient transportation of essential materials, with laydays commencing on January 7, 2026, and closing on January 8, 2026. Interested parties must submit their proposals by December 11, 2025, at 1300 Eastern Time, and can contact Brandon Page at brandon.a.page.civ@us.navy.mil or 564-226-1239 for further information.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Buyer not available
    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.
    DRY CARGO TUGCON
    Buyer not available
    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.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Buyer not available
    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.
    Sources Sought Notice- Layberthing Services for Long-Term Safe Layberth for Ro/Ro Cape H Vessels
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is conducting a Sources Sought Notice to identify potential providers for Layberthing Services for three Roll-on/Roll-off (Ro/Ro) vessels: MV Cape Henry, MV Cape Horn, and MV Cape Hudson, located on the U.S. West Coast. The requirement includes continuous, secure, and safe exclusive-use lay berthing, along with pier-side maintenance, utilities, and adherence to environmental compliance, ideally situated near support infrastructure. This opportunity is crucial for ensuring the operational readiness and maintenance of these vessels, which play a significant role in maritime logistics. Interested parties must submit capability statements by December 17, 2025, at 4:30 PM EST to Lisa Miles at lisa.miles@dot.gov, detailing their qualifications and experience, as this notice is part of MARAD's market research and does not constitute a solicitation for proposals or bids.
    90-DAY EXTENSION RED HILL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag tanker vessel under a Military Sealift Command (MSC) Tanker Time Charter for an additional 90 days. This extension is crucial to ensure continuous emergency storage capacity and rapid response capabilities in the event of a fuel storage tank failure at the Red Hill Bulk Fuel Storage Facility (RHBFSF) until the delivery of a newly awarded long-term contract vessel to Pearl Harbor, HI. The procurement is vital for maintaining operational readiness and supporting current and emergent missions. Interested parties can contact Stephanie Ricker at stephanie.ricker1@navy.mil or 757-341-5630, or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or 757-443-5886 for further details.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.