85-day Dry Cargo Time Charter
ID: N3220524R4161Type: Presolicitation
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 Norfolk, is soliciting proposals for an 85-day Dry Cargo Time Charter to support the Strategic Sealift Program. The procurement seeks U.S. or foreign flag Lift-On/Lift-Off vessels with a minimum capacity of 750 Twenty-foot Equivalent Units (TEUs) and specific operational requirements, including compliance with international maritime regulations and availability of necessary personnel. This charter is crucial for maintaining operational readiness and logistical support for military operations. Proposals are due by October 3, 2024, and interested parties can contact Eric Hatcher at 757-341-5471 or via email at ERIC.N.HATCHER2.CIV@US.NAVY.MIL for further details.

    Files
    Title
    Posted
    The U.S. Department of Labor's Wage Determination No. 2019-0288 outlines wage requirements for contractors under the Service Contract Act, particularly for contracts involving deep-sea vessel services. Effective from January 30, 2022, contractors must adhere to minimum wage rates set by Executive Orders 14026 and 13658. For 2024, the minimum wage is $17.20 per hour for applicable contracts, and $12.90 per hour for those awarded between January 1, 2015, and January 29, 2022. This wage determination applies to various coastal U.S. ports across multiple states and includes a detailed list of occupations and corresponding wage rates, such as Master ($89.53/hr), Chief Engineer ($87.24/hr), and various marine roles. Additionally, the document mandates fringe benefits, including health and welfare allowances, paid vacation, and holidays, along with compliance requirements for uniform provision and maintenance. The guidance also emphasizes that Executive Order 13706, concerning paid sick leave, is applicable to contracts awarded after January 1, 2017. It includes procedures for classifying unlisted occupations under the conformance process to ensure fair compensation. All outlined requirements ensure that workers performing under federal contracts receive fair wages and benefits, promoting adherence to labor standards while enhancing contractor responsibilities.
    The Military Sealift Command Norfolk is issuing a Request for Proposals (RFP) N3220524R4161 for the charter of vessels to support the Strategic Sealift Program. The solicitation seeks U.S. or foreign flag Lift-On/Lift-Off vessels capable of carrying a minimum of 750 Twenty-foot Equivalent Units (TEUs) and additional cargo space, with specific operational requirements including lifting capacity, speed, and regulatory compliance. Proposals are due by 03 October 2024, and the Government intends to award up to two firm-fixed-price contracts based on technical acceptability and lowest price. Key requirements include compliance with the International Maritime Organization’s Polar Code and MARPOL regulations, availability of ice pilots and crane technicians, and adherence to documentation standards set forth by the contracting office. The solicitation highlights additional health and safety obligations, documentation requirements, and a classified element that prospective offerors must address to be considered eligible for award. The focus on technical requirements and pricing indicates the Government's commitment to ensuring efficient and compliant operational capabilities while navigating regulatory landscapes within the chartering process.
    The document outlines the fuel pricing and consumption metrics for the Fiscal Year 2024, specifically focusing on maritime fuel usage as per DLA (Defense Logistics Agency) standards. It details the costs associated with different fuel types under various operational conditions, such as fuel underway while laden, ballast, and in port idle. The standard price for Marine Gas Oil (MGO) is set at $1,299.04 per metric ton. The document appears to serve as a pricing reference for government entities involved in maritime operations, facilitating budget planning for fuel expenses. The structured format includes boxes for different fuel categories and costs, indicating a straightforward means for stakeholders to assess fuel-related financial implications. Overall, this document emphasizes the importance of accurate fuel pricing for operational efficiency and budget adherence.
    The document outlines the Offeror Representations and Certifications relevant for government contracts concerning commercial products and services, effective May 2024. It specifies that an offeror must complete certain sections based on their previous electronic submissions in the System for Award Management (SAM). Key definitions are provided, including for terms such as "economically disadvantaged women-owned small business," "manufactured end product," and "sensitive technology." The document emphasizes compliance with various regulations, such as non-use of prohibited telecommunications equipment and certifications regarding child labor. It mandates representations for various categories of small businesses, including SDVOSB and WOSB, and requires the disclosure of manufacturing locations. Other crucial certifying areas include compliance with tax liabilities, restrictions on operations in Sudan, and adherence to the Buy American Act and Free Trade Agreements. The intent is to ensure offerors maintain eligibility and integrity in federal contracting, particularly on crucial issues related to socio-economic status, labor practices, and technology use. This document is essential in the bidding process, guiding compliance for receiving federal awards and ensuring the ethical conduct of contractors.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    55-DAY DRY CARGO TIME CHARTER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking market research responses for a 55-day dry cargo time charter to support the Strategic Sealift Program. This procurement aims to identify the availability and pricing of U.S. and foreign flag Roll-on/Roll-off (RO/RO) vessels capable of transporting military cargo, specifically tracked and wheeled vehicles, with delivery to Shuaiba, Kuwait, and redelivery to Charleston, SC. The information gathered will assist in ensuring effective capacity for future military logistical needs, emphasizing the importance of timely responses by October 3, 2024. Interested parties should contact Brandon Page at brandon.a.page.civ@us.navy.mil or call 757-390-6523 for further details.
    Tanker Voyage Charter
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking proposals for a tanker voyage charter to transport a minimum of 11,000 barrels of clean product from Killingholme, U.K., to Akrotiri, Cyprus. The procurement requires a clean, approved U.S. or foreign-flagged double-hull tanker equipped with an inert gas system and segregated ballast tanks, adhering to stringent safety, operational, and environmental regulations. This contract is crucial for ensuring efficient logistical support for military operations, reflecting the government's commitment to maintaining high standards in maritime transportation. Interested parties must submit their proposals by October 3, 2024, and can contact Matthew Price at 757-443-3974 or via email at matthew.r.price40.civ@us.navy.mil for further information.
    Four US Flag Tugs for Naval Base Pearl Harbor, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking information for the potential charter of four U.S. flag tugs to support harbor operations at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement aims to fulfill specific maritime needs not currently met by existing government vessels, including towing, ship handling, pilot transfers, and emergency support during maritime incidents. These tugs must be operational 24/7, capable of a bollard pull of 100,000 lbs forward, and possess a minimum operational range of 500 nautical miles, reflecting the government's commitment to maintaining maritime readiness. Interested parties are required to submit their company details, financial capabilities, estimated rates, and vessel specifications by September 30, 2024, and can contact Oluseyi Bisiriyu at oluseyi.o.bisiriyu.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker1@navy.mil for further information.
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from companies capable of providing a Fuel Delivery System (FDS) on commercial medium-range tankers to support U.S. Navy replenishment operations. The FDS must be designed to facilitate fuel transfer under various sea conditions and comply with Navy engineering standards, with operations anticipated to commence on February 2, 2026, and conclude by June 1, 2027. This initiative is crucial for enhancing the Navy's supply chain efficiency and operational readiness, emphasizing the importance of collaboration with qualified contractors in the maritime sector. Interested parties must submit their company information, relevant experience, and estimated costs by September 30, 2024, and can contact Jordan Schwaner or Stephanie Ricker for further details.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is seeking qualified sources for a contract focused on providing technical support services for Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes maintenance, inspection, repair actions, parts procurement, and logistical support for a variety of equipment utilized on MSC vessels and other government-owned ships. This equipment is critical for operations in storage and handling across various environments, including warehouses and aboard ships, ensuring compliance with safety and operational standards. Interested suppliers are encouraged to submit a capability statement detailing their qualifications and relevant experience to Alesha Ray at alesha.j.ray.civ@us.navy.mil or Kourtney Brooks at kourtney.k.brooks.civ@us.navy.mil, with the anticipated NAICS code being 811310 and a size standard of $12.5 million. This request is for information only, and no formal solicitation is currently available.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    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.
    TANKER VOYAGE CHARTER
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking a TANKER VOYAGE CHARTER for transportation purposes in TUR. For more information, please refer to the attached Sources Sought Notice N32205-SS-N321-24-016.
    FY25-FY35 Floating Dry Dock (AFDM 10) Lease Extension Modification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to solicit a sole source lease extension modification for the Auxiliary Floating Dry Dock Medium (AFDM 10) under contract N00024-05-L-4405. This lease extension is aimed at continuing maintenance support for the dry dock, which is critical for Chief of Naval Operations (CNO) surface ship availabilities. The solicitation will be issued to Vigor Marine LLC, located in Seattle, Washington, and is intended solely for informational purposes, as the government does not plan to accept competitive proposals at this time. Interested parties may express their interest and capabilities to the primary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil, or the secondary contact, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    Elevator Support Unit (ESU) for East and West Coast Aircraft Carriers
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the Elevator Support Unit (ESU) contract, aimed at providing engineering, maintenance, training, and technical support for shipboard elevators and cargo handling systems on U.S. Navy aircraft carriers, specifically the CVN 68 and CVN 78 classes. The contractor will be responsible for a range of services including inspections, fault identification, technical guidance, and maintaining engineering evaluations, while ensuring compliance with safety and environmental standards, particularly in proximity to nuclear systems. This contract is critical for maintaining operational readiness and efficiency of naval systems, with a performance period expected to begin in FY2026 and lasting for five years. Interested parties should submit their responses by 2 PM EST on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Tyler Pacak, via the provided email addresses.