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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    VOYAGE CHARTER
    Dept Of Defense
    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.
    Dept Of Defense
    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.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    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.
    DRY CARGO TUGCON
    Dept Of Defense
    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.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    Ice Class Tanker - Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research through a Sources Sought notice for an extended term charter of one U.S. flag double hull, ice-class tanker. The procurement aims to secure a vessel equipped with two Naval Surface Warfare Center-approved Consolidated Cargo Operations (CONSOL) stations and one Fuel Delivery Station (FDS), with specific requirements regarding ice-class ratings, cargo capacity for various fuels, and operational capabilities, including access to McMurdo, Antarctica. This opportunity is critical for ensuring logistical support in extreme environments, with the charter period set from February 20, 2027, to February 19, 2028, and four additional option periods. Interested parties must submit their company and vessel information, including estimated daily charter rates and readiness dates, by December 23, 2025, and can contact Yvonne Escoto or Stephanie Ricker for further details.
    90-DAY EXTENSION RED HILL
    Dept Of Defense
    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 MERCY (T-AH 19) FY26 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance and repair of the USNS MERCY (T-AH 19) as part of its Fiscal Year 2026 Regular Overhaul and Dry Docking (ROH/DD) project. This procurement involves comprehensive shipbuilding and repair services, which are critical for ensuring the operational readiness and longevity of the vessel, a key asset in the Navy's humanitarian and medical missions. Interested contractors should refer to the attached documents for detailed specifications and requirements related to Amendment 0008 of this solicitation. For further inquiries, potential bidders can contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    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.