180-days Dry Cargo Time Charter w/ One 180-Day Option
ID: N3220525R4049Type: Solicitation
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 180-day dry cargo time charter with an option for an additional 180 days, as outlined in a presolicitation notice from the Military Sealift Command (MSC) Norfolk. This procurement aims to secure marine transportation services for the movement of cargo, which is critical for supporting naval operations and logistics. The opportunity falls under the NAICS code 483111, focusing on deep sea freight transportation, and is categorized under the PSC code V124 for marine charter services. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further details regarding the submission process and requirements.

    Files
    Title
    Posted
    The document outlines fuel pricing and consumption specifics for fiscal year 2024, focusing on various categories of fuel used by vessels, including those underway and in port. It details the daily metric ton consumption of fuel types, specifically Marine Gas Oil (MGO), with a price set at $1,299.04 per metric ton, applicable in both open market scenarios and standard fuel price contexts. The structure of the document delineates consumption categories, such as fuel underway in laden, ballast, and auxiliary states, alongside in-port idle metrics. Notably, the document currently states a total cost of $0 for allocated fuel, indicating either budget considerations or pending approvals. This highlights the government's planning for operational fuel costs, emphasizing adherence to federal pricing structures in negotiations and procurement processes. The data serves as a basis for budgeting and procurement strategies tied to government contracts and grants for fuel consumption by maritime assets.
    The Military Sealift Command (MSC) is soliciting proposals for the charter of Roll-On/Roll-Off (RO/RO) vessels under RFP N3220525R4049, primarily to support U.S. Marine Corps (USMC) logistics in the Western Pacific region. The government seeks up to two firm-fixed-price contracts for vessels that can provide accommodation for 14 personnel and transport at least 40,000 square feet of cargo over a period of 180 days, with an option for an additional 180 days. Proposals must include vessel specifications, berth accommodation details, and operational capabilities, ensuring adherence to safety and regulatory standards. The charter will commence no later than 08 May 2025, and offerors must submit their proposals by 17 March 2025. Additional requirements involve the provision of meals, medical facilities, and adequate cargo handling capabilities. Offerors will also need to provide a Small Business Subcontracting Plan if applicable. This acquisition reflects the MSC's ongoing commitment to ensuring operational readiness through reliable maritime logistics support for military operations.
    The document outlines the Offeror Representations and Certifications related to federal acquisitions for commercial products and services under FAR 52.212-3. It provides guidance on completing annual representations either electronically via the System for Award Management (SAM) or through specified paragraphs if not registered. Important definitions include "covered telecommunications equipment," "economically disadvantaged women-owned small business," and "service-disabled veteran-owned small business," among others. Offerors must provide representations regarding their business size, ownership status (such as veteran or women-owned), and compliance with federal laws including child labor regulations and taxation. The document emphasizes requirements for transparency in federal contracting, prohibiting contracts with certain entities and requiring certifications on the origin of products. The structure includes sections identifying actions required depending on the Offeror’s status, certifications regarding compliance, and specific guarantees related to business operations, ultimately aimed at ensuring fairness and adherence to federal regulations in marketplace participation. The purpose of the document is to foster compliance, integrity, and transparency in the procurement process for federal contracts.
    The document is a Wage Determination report from the U.S. Department of Labor, outlining wage and benefits requirements for contracts subject to the Service Contract Act involving U.S. Navy deep-sea vessel services. It specifies minimum wage rates under Executive Orders 14026 and 13658, setting the 2025 minimum wages at $17.75 for contracts post-January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, with provisions for fringe benefits, including health and welfare allowances. The determination applies to various coastal U.S. ports across several states. The document also details employee classifications, such as Master, Chief Engineer, and Boatswain, along with associated hourly wage rates. Additionally, it mentions requirements for paid sick leave under Executive Order 13706 and outlines the process for requesting additional classifications and wage rates for unlisted employee types through a defined conforming process. This Wage Determination emphasizes the government's commitment to fair pay and worker protections within federal contracts, showcasing compliance with labor standards.
    Similar Opportunities
    Dry Cargo Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a Dry Cargo Voyage Charter as outlined in Sources Sought Notice N32205-SS-N321-25-042. The objective is to gather data on U.S. or foreign flag, self-sustaining vessels capable of transporting one to four Avenger Class Mine Countermeasures Vessels (MCM) from Naval Support Activity Bahrain to the Navy Inactive Ship Maintenance Facility in Philadelphia, PA. This procurement is crucial for maintaining operational readiness and ensuring compliance with safety and regulatory standards, with interested parties required to provide detailed vessel descriptions, execution plans, and pricing information, including total costs associated with the mission. Responses must be submitted via email by 10:00 AM EST on March 25, 2025, to Matthew Price at matthew.r.price40.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil.
    Dry Cargo Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a Dry Cargo Voyage Charter under solicitation number N3220525R4053. This procurement aims to secure U.S. Flag, Jones Act-compliant, and ABS-certified tug and barge vessels capable of transporting at least 120 TEUs of 20-foot ISO containers, including hazardous materials, as part of the Strategic Sealift Program. The contract will be awarded as a firm-fixed-price agreement, emphasizing compliance with federal regulations, safety standards, and small business participation. Interested parties should direct inquiries to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil or Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    Special Time Charter for Marine Support Vessel
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and pricing of a U.S. flagged, Jones Act vessel to serve as a maritime support vessel for counternarcotics operations. The vessel will be homeported at Mayport Naval Base, FL, and is required to support 29 personnel, with the capacity to surge to 44 for up to 30 days without resupply, operating primarily in the Caribbean Sea and Eastern Pacific Ocean. This procurement is critical for enhancing operational capabilities in maritime security and drug interdiction efforts. Interested parties must submit their responses, including company and vessel details, by March 17, 2025, to the designated contacts, Yvonne Escoto and Danny Davis, at the provided email addresses.
    70-day Tanker Time Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to procure a double-hull tanker for transportation needs under the Strategic Sealift Program. The vessel must be capable of carrying at least 270,000 barrels of clean product and meet specific operational requirements, including safety certifications, speed, and the ability to accommodate military personnel, with operations planned to load in Greece and discharge in Bahrain over a charter period of approximately 70 days. This procurement is critical for ensuring effective maritime logistics in support of military operations, adhering to federal acquisition regulations and safety standards. Interested parties should direct inquiries to Tiffany Gallon at tiffany.n.gallon.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil, with proposals due by the specified deadline in the solicitation documents.
    USWC JONES ACT TANKER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the extended-term charter of a U.S. flag Jones Act compliant tanker capable of carrying a minimum of 280,000 barrels of clean product, including F76, JP5, JP8, or JA1. The contract encompasses a base period of one year with options for three additional one-year extensions and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as U.S. Coast Guard standards. This procurement is critical for ensuring effective maritime logistics support for military operations, particularly in transporting essential defense fuels. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil.
    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.
    TANKER (LNG) VOYAGE CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified vendors for the charter of Tanker (LNG) vessels capable of transporting a minimum of 50,000 MMBTU of liquefied natural gas (LNG) to Naval Station Guantanamo Bay, Cuba. The procurement aims to secure logistics for the initial LNG delivery to a new terminal, which is essential for the facility's cooldown process, with loading scheduled to occur at Jacksonville, Florida, and layday options available from late April to early July 2025. Interested parties are required to provide vessel availability, specifications, pricing data, and company information, including business size status and potential subcontracting details, with responses due by March 19, 2025. For further inquiries, vendors may contact Tiffany Gallon at tiffany.gallon@navy.mil or Robbin A. Jefferson at robbin.jefferson@navy.mil.
    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.
    Multi-Mission AUTEC Range Vessel (MARV)
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking information regarding the acquisition and conversion of an Offshore Supply Vessel (OSV) for the Multi-Mission AUTEC Range Vessel (MARV) to support the U.S. Navy's Atlantic Undersea Test and Evaluation Center (AUTEC). The procurement aims to gather insights on various acquisition strategies, including the purchase of a vessel as-is or with necessary modifications to meet Navy requirements, focusing on capabilities such as dimensions, operational readiness, and compliance with regulatory guidelines. This vessel will play a crucial role in anti-submarine warfare training and the deployment and retrieval of unmanned vehicles. Interested parties are encouraged to submit relevant vessel data and company experience by contacting Brian Stocker at brian.j.stocker.civ@us.navy.mil or Steven Noel at steven.w.noel.civ@us.navy.mil, with the expectation of a Request for Proposal (RFP) issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027.