MSC PROFORMAS 12-24 REVISION 1
ID: MSC-N103A-12-2024-REV1Type: 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
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, through the Military Sealift Command (MSC), is issuing a Special Notice for the revision of MSC Proformas 12-24, which includes updates to incorporate Class Deviations 2025-O0003 and 2025-O0004. This procurement aims to solicit offers for various maritime services, including time-chartered U.S. flag tugs and other vessel charters, to support military logistics and operational readiness. The contracts will require compliance with stringent operational, safety, and regulatory standards, ensuring that contractors provide the necessary capabilities for harbor support, cargo transportation, and emergency assistance. Interested parties can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or call 564-230-3660 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 10:04 PM UTC
The MSC Drytime 2024 Request for Proposals (RFP) is a solicitation for offers to engage in a Charter Party with the Military Sealift Command, focusing on dry cargo time charter services. This document includes essential contractual terms, conditions, and specifications for contractors offering vessel services for military logistics. Key changes in this revision (Rev. 1) incorporate specific updates in federal regulations and contract clauses, particularly regarding representations, certifications, and sustainability compliance. The contract outlines critical elements such as hire rates, vessel conditions, inspection rights, reporting requirements, and responsibilities for crew conduct. Additionally, the contract stipulates liability limitations, compliance with various federal laws, and conditions for cargo handling. Overall, this RFP emphasizes the necessity for adherence to safety and operational standards while providing a framework for contractors to respond effectively.
Mar 28, 2025, 10:04 PM UTC
The MSC DRYVOY 2024 (Rev. 1) document serves as a Request for Proposals (RFP) from the Military Sealift Command, soliciting offers for a charter party involving dry cargo voyages in December 2024. This includes a comprehensive set of terms, contract conditions, and amendments relevant to the chartering process. Key elements include vessel and cargo specifications, invoicing requirements, inspection rights, compliance with laws, and terms for calculating freight, demurrage, and detention costs. The document also outlines liabilities, warranties, and clauses related to the contract's execution and terms of payment. It remains subject to revisions related to federal acquisition regulations and reflects updates to ensure compliance with current legal standards. The intention is to secure efficient transport services while adhering to government regulations and operational requirements in military logistics.
Mar 28, 2025, 10:04 PM UTC
The Military Sealift Command (MSC) has issued a Request for Proposals (RFP) for the Passenger Time Charter (PASSTIME) for December 2024. This RFP solicits offers for a Charter Party encompassing standardized terms and conditions laid out across various parts of the document, from charter specifics to regulatory requirements. Key revisions highlight updates to clauses and provisions in line with commercial products and services regulations. Offerors must provide vessel specifications, operational capabilities, and compliance with sustainability practices and safety regulations. Additional contract terms focus on reporting requirements, crew qualifications, cargo handling responsibilities, and environmental compliance obligations, particularly concerning oil pollution prevention. Notably, the document emphasizes the importance of adhering to federal statutes, safety standards, and navigating disputes through designated contractual procedures. This document plays a crucial role within government procurement efforts, facilitating the charter of maritime vessels to support military logistics and readiness, ensuring compliance with operational and safety standards, and promoting sustainable practices in alignment with government regulations.
Mar 28, 2025, 10:04 PM UTC
The Military Sealift Command (MSC) is issuing a Request for Proposals (RFP) for a Special Time Charter to be awarded in December 2024. The RFP details the obligation of contractors to provide vessels and associated services, with specific conditions outlined in nine parts, including contract terms, evaluation criteria, and representations required by federal regulations. Key revisions in this document include updates to contract conditions, introduction of sustainability clauses, and modifications to health and safety requirements. The proposal outlines expectations for vessel inspection, compliance with safety regulations, and obligations related to reporting and emergency responses. Additionally, contractors are responsible for ensuring their crew meets qualifications and for the vessel’s operational capabilities including equipment requirements. The document emphasizes the importance of maintaining communication with government entities and following all mandated practices, including adherence to environmental regulations and commitments against trafficking in persons. This charter aims to ensure operational readiness, efficiency, and compliance with governmental standards, highlighting MSC's focus on accountability and transparency in maritime operations.
Mar 28, 2025, 10:04 PM UTC
The Military Sealift Command (MSC) issued a Request for Proposals (RFP) for time charter services, MSC TANKTIME 2024. This document serves to solicit offers for a charter party contract, detailing the terms and conditions that govern the agreement. The RFP incorporates revisions, including Class Deviations, which modify standard clauses related to commercial services. Significant updates include a new requirement for providing vessel itineraries and revised clauses regarding contractor flow-down of FAR clauses in subcontracts. The RFP outlines the obligations for the contractor, including vessel inspection, reporting requirements, cargo receipt processes, and payment terms. Important provisions address issues such as charter hire rates, off-hire situations, and crew qualifications, underscoring the importance of compliance with U.S. laws and regulations. The document stresses the need for clean and gas-free vessels, penalties for noncompliance, and conditions under which the Government may terminate the contract. Overall, this RFP aims to facilitate the transportation and prepositioning of petroleum cargoes for military readiness while ensuring adherence to safety, environmental standards, and efficient operation of maritime resources.
Mar 28, 2025, 10:04 PM UTC
The MSC Tanker Voyage Charter (TANKVOY) RFP outlines the solicitation for offers to perform a charter effectively, ensuring compliance with specified terms and regulations. This revised document incorporates relevant class deviations and updates contractual obligations for contractors with regards to FAR clauses, emphasizing the need for sustainability and strict adherence to qualifications. It details essential components such as inspection requirements, definitions, risk of loss, payment terms, demurrage conditions, and other contractual obligations associated with marine transportation services. Moreover, it mandates a comprehensive list of user certifications, representations, and legal compliances necessary for contract performance, prioritizing operational efficiency and legal adherence during cargo transport. Additionally, the document sets forth clauses regarding laytime, cancellation rights, cargo handling, and the responsibilities of both the contractor and the Charterer throughout the chartering process. Overall, this document serves as a critical framework for federal maritime logistics, delineating responsibilities and expectations to ensure effective execution while safeguarding government interests and regulatory compliance.
Mar 28, 2025, 10:04 PM UTC
The Military Sealift Command (MSC) has issued a Request for Proposals (RFP) for a tug contract (TUGCON 2024) to solicit offers for towing services compliant with specified terms. The contract will incorporate the Standard Form (SF) 1449 and various parts that include conditions, representations, and certifications. Key revisions in this update include incorporation of Class Deviations, changes to commercial product clauses, specific provisions on sustainability, and conditions to combat human trafficking. The document outlines essential operational details including tug specifications, laydays, demurrage rates, and insurance requirements. It reinforces the responsibilities of the contractor and government concerning the tug's condition, compliance with regulations, and liability limitations. Participation in the bidding process requires offerors to adhere to FAR regulations and demonstrate compliance with environmental and safety standards. This solicitation illustrates the MSC's framework for ensuring capabilities in towing operations while upholding federal standards and offering guidance for contractors on regulatory compliance and contract execution.
Mar 28, 2025, 10:04 PM UTC
The MSC TUGTIME 2024 (Rev. 1 (12-24)) document outlines a solicitation for time-chartered U.S. flag tugs to provide harbor support services, including tasks such as towing, docking, and emergency assistance. The contract emphasizes the need for tugs with specified performance characteristics, available 24/7 within designated operational areas for a maximum of 59 months, encompassing a firm period and multiple option periods. Key elements include the provision of various attachments for contractor submissions, pricing sheets for daily hire rates, and compliance with federal regulations. There are provisions for fuel consumption reimbursement and detailed clauses addressing the security, manning, training, and emergency protocols required for operations. The contractor is responsible for maintaining operational readiness, submitting regular fuel reports, and managing any strike or casualty contingencies. This RFP serves the purpose of ensuring that the contractor meets stringent operational, safety, and regulatory requirements while providing necessary maritime services to the government, reflecting the competitive and systematic approach of federal procurement processes. The summary captures the central elements while maintaining clarity and adherence to the document’s intent.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
USNS MERCY (T-AH 19) FY26 ROH/DD
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified firms for the Regular Overhaul Dry-Docking (ROH/DD) of the USNS MERCY (T-AH 19), scheduled from approximately February 1 to June 30, 2026, at a contractor facility on the West Coast. Interested parties are invited to submit a capabilities package detailing their experience and capacity to perform similar ship repair work, including company profiles, facility information, and business size classification under NAICS Code 336611. This procurement is crucial for maintaining the operational readiness of the naval fleet, with specific maintenance tasks outlined in the associated Work Item Index, including electrical system upgrades, hull repairs, and safety inspections. Interested firms should submit their responses via email to the primary contact, Benjamin Brackett, at benjamin.b.brackett.civ@us.navy.mil, by the specified deadline, as this notice serves as a request for information only and does not guarantee contract awards.
Military Sealift Command Unlicensed Mariner to Licensed Mariner (AB to Mate) Training Program
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for a training program aimed at transitioning Unlicensed Mariners to Licensed Mariners (AB to Mate) at its Norfolk, Virginia facility. The program's objective is to provide comprehensive training that includes USCG-approved courses, full-mission bridge simulations, and support for licensing examinations, while ensuring that the contractor meets specific performance and safety requirements outlined in the Performance Work Statement. This initiative is crucial for enhancing the technical proficiency of civil service mariners (CIVMARs) and ensuring compliance with maritime regulations. Interested contractors should contact Jordan Castellat at jordan.r.castellat.civ@us.navy.mil or Jim Ellis at james.p.ellis54.civ@us.navy.mil for further details, with proposals due by the specified deadlines and a contract duration of five years with potential extensions.
Maneuver Support Vessel – Light (MSV(L)) System Technical Support (STS)
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking to procure Systems Technical Support (STS) services for the Maneuver Support Vessel Light (MSV(L)) program through a sole-source Request for Proposal (RFP) issued to Vigor Works, LLC. This procurement is justified under FAR 6.302-1(a)(2)(iii)(B) due to Vigor's status as the Original Equipment Manufacturer (OEM) and the only responsible source capable of meeting the Government's requirements, given the lack of available technical data for competitive re-procurement. The contract will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ), Cost-Plus-Fixed-Fee (CPFF) contract, with an estimated total of 380,493 hours to be procured over its duration. Proposals are due by April 21, 2025, and interested parties can contact Charlene West at charlene.d.west.civ@army.mil for further information.
Tanker Voyage Charter
Buyer not available
The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a tanker voyage charter under Request for Proposal (RFP) N3220525R4066. The procurement aims to acquire a vessel capable of transporting a minimum of 12,000 barrels of clean product, specifically requiring a U.S. or foreign flagged double-hull tanker equipped with an Inert Gas System and segregated ballast tanks, in compliance with stringent safety and environmental regulations. This charter is critical for logistical operations, with the intended loading port in Killingholme, UK, and the discharging port in Akrotiri, Cyprus, while adhering to specific vessel size and draft restrictions. Proposals are due by April 10, 2025, and interested parties should direct inquiries to Brandon Page at brandon.a.page.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further information.
USNS ROBERT E. SIMANEK, PSA
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the maintenance and repair of the USNS ROBERT E. SIMANEK under the MSC Norfolk office. This procurement involves the incorporation of various amendments and references related to the repair and maintenance of the vessel, specifically addressing requests for changes and updates in documentation. The services are critical for ensuring the operational readiness and longevity of the ship, which plays a vital role in naval operations. Interested contractors can reach out to Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil for further details regarding the solicitation process.
USNS GUADALUPE ROH/DD Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY25 Repair and Dry Docking (ROH/DD) project. This procurement aims to secure services related to the repair and maintenance of the USNS GUADALUPE, a critical asset within the Navy's fleet, ensuring its operational readiness and longevity. The contract falls under the NAICS code 336611, focusing on shipbuilding and repairing, and is categorized under the PSC code J999 for non-nuclear ship repair. Interested vendors can reach out to Caren Edanol at caren.l.edanol.civ@us.navy.mil or call 757-341-6709 for further details regarding the solicitation process.
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.
BRAND NAME FEDERAL EQUIPMENT CO. ROLLER CURTAIN DOORS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a firm fixed-price supply contract to provide roller curtain doors from the brand Federal Equipment Co. This procurement is in support of the Military Sealift Command (MSC) and is essential for maintaining operational capabilities within naval logistics. The solicitation is anticipated to be posted around April 8, 2025, with a closing date expected on April 10, 2025. Interested parties should direct inquiries to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil and must be registered in the System for Awards Management (SAM) to participate in this procurement.