Military Sealift Command VERTREP Pacific Detachment A
ID: N3220526R0006Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSCHQ NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Nonscheduled Chartered Freight Air Transportation (481212)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR FREIGHT (V111)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is seeking proposals for the Military Sealift Command VERTREP Pacific Detachment A, which involves providing a two-helicopter detachment for ship-based and shore-based Vertical Replenishment (VERTREP) operations. The contractor will be responsible for supplying aircraft, support equipment, personnel, and maintaining operational readiness year-round, primarily supporting the U.S. Pacific Fleet's Combat Logistics Force ships. This contract is crucial for ensuring logistical support and operational efficiency for naval operations in the Pacific region. Interested parties should note that the draft solicitation (N3220526R0006) is anticipated to be released on November 14, 2025, with responses due by December 15, 2025. For further inquiries, contact Jim Ellis at james.p.ellis54.civ@us.navy.mil or call 564-226-4573.

    Files
    Title
    Posted
    This government solicitation, N3220526R0006, is a Request for Proposal (RFP) for Commercial Products and Commercial Services, specifically for
    The Performance Work Statement for the VERTREP Detachment Pacific Detachment A outlines a five-year contract for ship-based commercial helicopter logistics and vertical replenishment services for the U.S. Pacific Fleet. The contractor must provide a two-helicopter detachment, support equipment, and personnel (minimum five pilots, three maintainers) to operate worldwide, 365 days a year. Key requirements include maintaining full mission capability, adhering to strict operational and safety standards (FAA, DoD, DoN), and managing maintenance and logistics, including a comprehensive Pack-Up Kit. The contract specifies detailed aircraft capabilities, mission conditions (e.g., lift capacity, SAR, MEDEVAC), and outlines payment structures (per diem, flight rates). An optional unmanned aerial vehicle (UAV) capability is also detailed, with specific performance requirements for cargo delivery. The document emphasizes regulatory compliance, certifications (e.g., CARB), and defines conditions for contract suspension or termination.
    The Military Sealift Command (MSC) issued a presolicitation synopsis for a full and open competition to establish an AB to Mate CIVMAR Training Program. The solicitation, N3220526R0006, is anticipated to be released on November 14, 2025, with responses due by December 15, 2025. The contract will be a single-award, Firm-Fixed-Price with a one-year base period and four one-year option periods. The contractor will provide a two-helicopter detachment (DET) for ship-based and/or shore-based Vertical Replenishment (VERTREP) operations, including aircraft, support equipment, supplies, pilots, maintainers, and a support structure. The DET will operate 365 days a year, primarily assigned to Combat Logistics Force (CLF) ships, T-AKE class, supporting SEVENTH and FIFTH Fleet requirements worldwide, with anticipated delivery in Guam. This is a synopsis notice only, not a request for proposal.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.
    51-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research for a 51-day dry cargo time charter to transport military cargo, including tracked and wheeled vehicles and breakbulk. The procurement seeks U.S. and foreign flag, self-sustaining vessels capable of accommodating a portion of 450,000 square feet of cargo, with the charter period commencing on March 25, 2026, and delivery and redelivery taking place at Beaumont, Texas. This opportunity is crucial for ensuring the timely and efficient movement of military supplies, and interested parties must submit vessel details, proposed layday, daily charter hire rate, and other relevant information by 1000 ET on December 9, 2025, via email to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil.
    180-day Special Time Charter w/ One 180-day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting market research for a 180-day special time charter with an option for an additional 180 days, seeking up to six Roll-on/Roll-off (RO/RO) vessels. These vessels must possess specific capabilities, including a combined capacity of at least 15,000 square feet, the ability to transport rolling stock and sensitive items such as ammunition and weapons, and meet stringent operational requirements such as beaching capability and a 5,000 nautical mile unrefueled range. Interested parties are required to submit detailed vessel specifications, pricing, and company information by December 8, 2025, at 11:00 PM Eastern Time, with Matthew Price serving as the primary contact for inquiries.
    MH-60R/MH-60S Aircraft Maintenance and Repair
    Buyer not available
    The Department of Defense, through the Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), is seeking contractors with experience in MH-60R/MH-60S aircraft maintenance, repair, and overhaul (MRO) services for the U.S. Navy's forward-deployed aircraft in the Indo-Pacific Command Area of Responsibility (AOR). The procurement aims to identify capable contractors who can provide both scheduled maintenance (including PMI-1N and PMI-2N events) and unscheduled maintenance (such as In-Service Repairs and Depot-Level Technical Directives), along with necessary engineering and logistics support. Interested contractors must have facilities capable of supporting 10-13 aircraft simultaneously within 400 nautical miles of NAF Atsugi, and must comply with local engineering specifications and NAVAIR MH-60R/S IMP specifications. For further inquiries, interested parties can contact Jonathan Groeschel at jonathan.j.groeschel.civ@us.navy.mil or Irene Saito at irene.saito@fe.navy.mil.
    East Coast Tanker Time Charter (Extended Term)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a Tanker Time Charter (Extended Term) as part of a Sources Sought notice. The procurement aims to evaluate options for an existing charter contract, specifically for one clean, U.S. flagged, Jones Act compliant, double hull tanker to transport clean petroleum for the Defense Logistics Agency (DLA) worldwide. Key requirements include a one-year base period with an eleven-month option, delivery in the Gulf of Mexico by January 9, 2026, and specific vessel characteristics such as a minimum capacity of 310,000 BBLs for various jet fuels and an age limit of less than twenty years. Interested parties must submit their company and vessel information, including daily rates, by December 11, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further details.
    DRYDOCK: USCGC PETREL DRY DOCK AVAILABILITY FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock repairs for the USCGC PETREL (WPB-87350) during the fiscal year 2026. The procurement involves extensive maintenance tasks, including hull preservation, propulsion system overhauls, and upgrades to electrical and HVAC systems, with a focus on ensuring the vessel's operational readiness and structural integrity. This contract is critical for maintaining the Coast Guard's fleet capabilities and adheres to strict safety and environmental standards. Interested parties should note that the solicitation closes on December 8, 2025, and may contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE SERVICES FOR NAVAL STATION GREAT LAKES, IL, CAPTAIN JAMES A LOVELL FEDERAL HEALTH CARE CENTER (FHCC) FACILITIES AND OTHER AREAS OF RESPONSIBILITY (AOR).
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking proposals for Vertical Transportation Equipment (VTE) maintenance services at Naval Station Great Lakes, Illinois, and the Captain James A. Lovell Federal Health Care Center. The contractor will be responsible for providing labor, management, tools, materials, and maintenance services, including diagnostic, troubleshooting, repair, alteration, demolition, and minor construction of VTE and Direct Digital Control (DDC) systems. This procurement is crucial for ensuring the safe and efficient operation of vertical transportation systems within government facilities, emphasizing the importance of regular maintenance and compliance with safety standards. Proposals are due by December 9, 2025, at 2:00 PM EST, and interested parties should contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or Susan Roberts at susan.c.roberts4.civ@us.navy.mil for further information.
    Regular Overhaul (ROH) for USNS RICHARD E BRYD (T-AKE 4) in the Indo-Pacific Region
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Regular Overhaul (ROH) of the USNS RICHARD E BYRD (T-AKE 4) in the Indo-Pacific Region. This contract entails comprehensive maintenance and repair work without dry-dock availability, focusing on various critical ship systems, including propulsion, electrical, and auxiliary machinery, to ensure operational readiness and compliance with regulatory standards. The performance period is scheduled from March 30, 2026, to May 28, 2026, with options extending to June 12, 2026, and the work must be conducted within the U.S. 7th Fleet Area of Responsibility, excluding India. Interested parties should contact Samantha Cheong at wannaisamantha.cheong.ln@us.navy.mil or call 656-750-2833 for further details and must be registered in SAM.gov to be eligible for award.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.