60-Day Tanker Time Charter
ID: N3220525R4073Type: Solicitation
AwardedMay 6, 2025
$6M$6,003,824
AwardeeTSP TANKERS HOLDINGS LLC Fort Lauderdale FL 33316 USA
Award #:N3220525P2088
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, specifically the Department of the Navy, is seeking proposals for a 60-day tanker time charter to support operations in the Western Pacific and Sea of Japan. The procurement requires a clean, approved double-hull tanker capable of carrying a minimum of 240,000 barrels of clean products, including JP5, JA1, and F76, with specific design features such as an inert gas system and segregated ballast tanks. This charter is crucial for ensuring the timely and efficient transportation of fuel products in a strategic region, with laydays commencing on May 8, 2025, and a closing response date for proposals set for April 23, 2025. Interested parties can contact Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil or 564-230-3633 for further details.

    Files
    Title
    Posted
    The document outlines the fuel pricing and usage metrics for fiscal year 2025, focusing on DLA (Defense Logistics Agency) standard fuel prices. It specifies the daily fuel consumption rates for various scenarios: 30 days for fuel underway while laden, and 20 days when ballast. Additionally, it indicates 5 days of fuel usage for both in-port idle loading and discharging of different grades. The price for marine gas oil (MGO) and marine diesel oil (MDO) is set at $1,067.87 per metric ton across multiple categories. There are no recorded costs associated with fuel in this report. This document is essential for understanding the fuel cost requirements for government-related operations, particularly in the context of RFPs and grants that may involve logistical and fuel resource planning for agencies requiring precise budgeting for fuel expenditures.
    The Military Sealift Command Norfolk is issuing a Request for Proposals (RFP) N3220525R4073 for the provision of a vessel capable of transporting specified clean products. The acquisition will utilize FAR 13.5 Simplified Procedures, aiming for a firm-fixed-price contract. Offerors must propose a double-hull tanker that can carry a minimum of 240,000 barrels while meeting stringent specifications, including an Inert Gas System and Segregated Ballast Tanks. Additional requirements include compliance with safety certifications and inspection documentation. The charter is set for approximately 60 days, with laydays commencing on May 8, 2025, and offers due by April 23, 2025. The selected vessel must operate in designated imminent danger zones, impacting compensation. The RFP includes detailed instructions regarding reporting obligations, including regular position updates and monthly reports. Contractors must adhere to various federal acquisition regulations and clauses related to equal opportunity, fraud prevention, and subcontractor obligations. This solicitation represents the U.S. government's ongoing efforts to ensure safe and efficient transportation of military supplies through maritime channels.
    The Federal Acquisition Regulation (FAR) 52.212-3 outlines the Offeror's Representations and Certifications for commercial products and services. It details requirements for Offerors to complete annual representations electronically via the System for Award Management (SAM). Key definitions include terms like small business, economically disadvantaged women-owned small business, and service-disabled veteran-owned small business. The provision also stipulates compliance with restrictions related to telecommunications equipment and forced child labor, along with certifications regarding taxes, lobbying activities, and sourcing practices, including the Buy American Act and Free Trade Agreements. Offerors must certify their business status and operational compliance relevant to federal contracts. These certifications help ensure that contracting entities follow responsible business practices and satisfy eligibility criteria when bidding on government contracts, contributing to compliance with federal laws and policies while promoting fair competition among different types of businesses. This document serves as a fundamental guideline for entities seeking federal contracts, underscoring the importance of ethics and responsibility in public sector procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    US Air Force Prepositioning Vessel
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the procurement of a one-time charter for a self-sustaining container ship capable of transporting ammunition and other cargo. The vessel, which can be either US or foreign-flagged (to be reflagged as US), must meet specific operational requirements, including a minimum speed of 16 knots, a range of 13,000 nautical miles, and the capacity to accommodate 900 20-foot ISO containers with environmental control systems. This charter is critical for the rapid deployment and prepositioning of hazardous cargoes, with an anticipated delivery date of July 12, 2027, at Military Ocean Terminal Sunny Point (MOTSU) in North Carolina. Interested parties are required to submit their company and vessel details, availability, and other relevant information by December 22, 2025, to the primary contact, Reah Norris, at reah.d.norris.civ@us.navy.mil.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically targeting various fuel types including Naval Distillate (F-76), Aviation Turbine Fuels (JP5, JP8, and Jet A-1). This procurement aims to secure essential fuel supplies to support military operations across multiple locations within the AEM geographic area, with a contract period extending from the date of award through June 30, 2026. Interested vendors must utilize the Bulk Offer Entry Tool (OET) for submissions, ensuring compliance with federal procurement standards, and are encouraged to register with the System for Award Management (SAM) at no cost. The solicitation closing date is set for January 14, 2025, at 3 PM EST, and inquiries can be directed to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.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 seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    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.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the Annual Bulk Petroleum Purchase for the Atlantic, Europe, and Mediterranean (AEM) region for the 2026 Purchase Program. This procurement involves various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JP5), and Aviation Turbine Fuel (JA1), with estimated quantities totaling over 291 million gallons across multiple delivery locations in Europe. The contract's delivery period spans from July 1, 2026, to June 30, 2027, with a mandatory use of the Bulk Offer Entry Tool (OET) for offer submissions, and the solicitation closing date is set for January 5, 2026, at 3 PM EST. Interested parties can reach out to Gerardo Gomez or Paul Johnson via email for further inquiries regarding the solicitation.
    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.
    Voluntary Tanker Agreement (VTA)
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.