Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
ID: HTC71124RWV01Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL FREIGHT (V115)
Timeline
    Description
    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.

    Files
    Title
    Posted
    The draft Voluntary Intermodal Sealift Agreement (VISA) Terms and Conditions outline a contingency contract for sealift services worldwide. VISA aims to ensure the availability of commercial shipping capacity for DOD contingency operations. Shippers will commit a percentage of their U.S. flag vessel capacity and related resources to different stages of contingency activation. In return, they receive priority for DOD peacetime cargo contracts and compensation during contingency operations. The focus is on dry cargo charter hire, with rates tied to committed capacity levels. Vessels can be enrolled in Stages I, II, or III, with varying commitment percentages. Contractors must maintain capacity and resources to fulfill their commitments. Charterers can activate different stages based on operational needs, and contractors are compensated accordingly. Key tasks include vessel delivery, loading, and redelivery, with charter periods potentially extending up to five years. The government plans to use this agreement for worldwide port-to-port movements, exercising best efforts to minimize commercial disruption. Critical dates and evaluation criteria are not explicitly mentioned in this draft.
    The draft Voluntary Intermodal Sealift Agreement (VISA) Terms and Conditions is a contingency contract that provides the US government with guaranteed access to commercial sealift services for worldwide port-to-port movements, primarily focused on transporting military cargo. The government seeks to procure ocean transportation charters and space on U.S. Flag vessels, along with associated intermodal services. VISA participants commit a specified percentage of their vessel capacity to different stages of contingency operations. The agreement outlines capacity enrollment terms, with Stage III requiring a higher commitment level, especially for vessels receiving subsidies. Participants are prioritized for DOD peacetime cargo bookings, offering incentives for committing to all three stages. Key areas of procurement include charter hire rates, vessel delivery and redelivery procedures, insurance coverage requirements, and compensation for various scenarios, such as off-hire periods, war risks, and dry docking. The government seeks a fully efficient and ready fleet, with detailed reporting requirements and an emphasis on safety and efficiency in loading and discharging cargo. Critical dates include the contract period, typically lasting several years, with options for extension. The government also outlines a process for enrolling vessel capacity into the VISA program. Evaluation criteria are focused on operational requirements and capacity commitment levels.
    The procurement objective relates to the visa capacity commitment for maritime transportation. The focus is on obtaining commitments from companies for specific visa allocations. The file contains a spreadsheet with columns for company names, visa stages, and corresponding commitment levels measured in TEUs (Twenty-Foot Equivalent Units), square feet, and metric tons. Companies must agree to the capacity commitment, which involves committing a specified percentage of their vessel capacity to the program. The procurement seeks to secure commitments for a diverse range of vessel types, including those authorized under the Jones Act, with specific speed requirements and agency approvals. The spreadsheet also notes the maximum expiration date and dwt (deadweight tonnage) for each vessel. The scope of work involves providing the agreed-upon capacity within the specified timeframes, ensuring vessels adhere to the required speed and agency authorizations. Companies are expected to commit to Stage III, which represents the greater of either all subsidized vessels or a minimum of 50% of the overall vessel capacity. The file indicates a requirement for vessels at different capacity levels, with a focus on committing a significant portion of non-Jones Act vessels. The evaluation of proposals will likely consider companies' ability to meet these capacity commitments and the viability of their proposed vessel configurations. Key dates and contract details are missing, but the concise nature of the file suggests a concise timeframe and a potential fixed-price contract.
    The government seeks detailed information about vessel characteristics, capabilities, and pricing for potential charter or procurement. The focus is on comprehensive technical specifics. This includes vessel type, size, capacity, and performance-related data such as deadweight, tonnage, and fuel consumption. Additionally, the requestor requires specifics on cargo spaces, ramps, and equipment along with a general description and any unique features. Pricing information is requested as part of the procurement process, with rates quoted per diem for various operational statuses. The document also calls for details on any other contracts the vessel might currently support. Respondents are expected to provide this information for each vessel they propose, with particular attention to completeness and accuracy. The RFP likely relates to maritime transportation or logistics, and vendors are expected to submit a thorough response outlining their vessels' specifications.
    The government agency seeks to procure a range of maritime services and related equipment under the Voluntary Intermodal Sealift Agreement (VISA). The primary objective is to obtain shipping solutions for the transportation of cargo, focusing on efficiency, flexibility, and compliance with international regulations. VISA defines the terms of shipping, detailing responsibilities, and specifying standards for equipment, loading/discharging processes, and safety protocols. The request emphasizes the need for a flexible approach, allowing for various loading scenarios and different types of cargo, including petroleum products. Associated equipment, such as contractor-furnished supplies and tackle, falls within the scope. Key requirements include adherence to American Petroleum Institute (API) standards for measurement and reporting, with specific reference to chapter 17.1. Shipment quantities could range from part cargo to full cargo, and the contractor must have the capability to handle different loading/discharging scenarios, such as LO/LO or RO/RO processes. The successful vendor will be responsible for providing manning, provisioning, and maintaining the vessel and associated equipment in accordance with the agreed standards. The contract is likely to be firm-fixed-price, with an estimated value in the range of $500,000 to $1,000,000. Key dates include a submission deadline within 14 calendar days of the RFP release, with a projected start date for the services in early FY 2024. Evaluation criteria will prioritize technical merit, including the offered vessel's suitability, safety features, and the proposed crew's qualifications. Cost-effectiveness and past performance will also be considered.
    The government seeks to procure advanced cybersecurity services specializing in assessing and enhancing information system security controls. The primary objective is to strengthen the protection of sensitive DoD information and systems against cyber threats. This involves a comprehensive approach encompassing risk assessments, security control evaluations, and the development of strategies to mitigate vulnerabilities. The cybersecurity experts will conduct regular assessments to identify flaws and potential attack vectors. They will provide timely reports and work closely with the government to implement effective safeguards, ensuring alignment with NIST 800-171 standards. The contractors will also assist in managing cryptographic keys, controlling access, and maintaining system integrity. Key deliverables include detailed plans of action for security enhancements, regular monitoring and reporting of security alerts, and real-time scans to protect against malicious code. The procurement's scope emphasizes the need for a proactive and dynamic solution, adaptable to emerging cyber threats. Contract details are not provided, but the project is expected to have a significant budget, indicating a long-term requirement for specialized cybersecurity services. Key dates include a submission deadline for proposals, with the contract expected to commence shortly afterward. Evaluations will prioritize contractors with a proven track record of success in cybersecurity and a deep understanding of DoD information security protocols.
    The government seeks to procure advanced cybersecurity services specializing in assessing and enhancing information system security controls. The primary objective is to strengthen the protection of sensitive DoD information and systems against cyber threats. This involves a comprehensive approach encompassing risk assessments, security control evaluations, and the development of strategies to mitigate vulnerabilities. The cybersecurity experts will conduct regular assessments to identify flaws and potential attack vectors. They will provide timely reports and work closely with the government to implement effective safeguards, ensuring alignment with NIST 800-171 standards. The contractors will also assist in managing cryptographic keys, controlling access, and maintaining system integrity. Key deliverables include detailed plans of action for security enhancements, regular monitoring and reporting of security alerts, and real-time scans to protect against malicious code. The procurement's scope emphasizes the need for a proactive and dynamic solution, adaptable to emerging cyber threats. Contract details are not provided, but the project is expected to involve a significant budget, indicating a long-term requirement for specialized cybersecurity services. Key dates include a submission deadline, with the government aiming to award the contract by a specified date. Evaluation criteria will prioritize contractors' expertise and ability to deliver robust cybersecurity solutions, focusing on their understanding of DoD information security requirements.
    The Federal Aviation Administration issues a notice for a meeting of RTCA Special Committee 228, focused on establishing minimum operational performance standards for unmanned aircraft systems. The agenda covers progress updates, working group sessions, and administrative matters. This committee aims to facilitate discussions on unmanned aircraft integration into the national airspace, with the goal of developing recommendations for regulatory changes.  The Maritime Administration announces the extension of the Voluntary Intermodal Sealift Agreement (VISA) until October 2019. VISA aims to ensure the availability of intermodal shipping services for the Department of Defense's emergency deployment needs. It encourages cooperation between the maritime industry, the Department of Transportation, and the Department of Defense. The agreement outlines the commitment of commercial sealift capacity to support DoD contingencies, with provisions for staged availability and carrier coordination. The Office of the Comptroller of the Currency renews the charter of the Mutual Savings Association Advisory Committee (MSAAC) for two years. The MSAAC provides advice and information to the OCC regarding mutual savings associations' operations and regulatory environment. It assists the OCC in identifying potential regulatory changes to ensure the health and viability of this sector. Additionally, the OCC announces a public meeting of the MSAAC in November 2014, where the committee will discuss current topics and industry updates related to mutual savings associations.
    The Department of Transportation's Maritime Administration (MARAD) issues several notices. The first two concern requests for public comments on administrative waiver applications regarding the coastwise trade laws for the vessels DOWN UNDER and SNOCKERED. Massachusets and Rhode Island are the intended operating areas for DOWN UNDER, which plans to offer sunset cruises. The public is invited to comment on the potential impact of these waivers on U.S. vessel builders and businesses that use U.S.-flag vessels. The third notice announces changes to the Voluntary Intermodal Sealift Agreement (VISA) program. MARAD is eliminating the annual open season enrollment period for U.S.-flag vessel operators wishing to join VISA. Instead, applications will be accepted year-round. VISA's purpose is to provide the Department of Defense (DOD) with commercial sealift and intermodal shipping services during national defense contingencies or emergencies. In return for the operators' commitment, DOD awards them priority for peacetime cargo contracts. Operators must enroll 100% of their U.S.-flag militarily useful capacity and commit a minimum of 50% to VISA Stage III. The process requires position reporting for enrolled ships and security clearances for participants. Eligible operators are invited to apply using Form MA-1020.
    The Federal Transit Administration (FTA) issues an early scoping notice for the Staten Island North Shore Bus Rapid Transit Project. The project aims to enhance regional transit services by addressing travel time and reliability issues on the North and West Shores of Staten Island. FTA, along with the Metropolitan Transportation Authority-New York City Transit (MTA-NYCT), seeks public input on the draft purpose and potential impacts of the project. This early stage aims to identify reasonable alternatives for further environmental review. The Maritime Administration (MARAD) announces a five-year extension of the Voluntary Intermodal Sealift Agreement (VISA) until October 1, 2024. This agreement ensures the availability of intermodal shipping services to support the U.S. Armed Forces' emergency deployment and sustainment. The Office of the Comptroller of the Currency (OCC) seeks public comments on a revised information collection titled "Licensing Manual." This collection is part of the OCC's effort to reduce paperwork and streamline the licensing process for banks and other institutions. Comments are invited until November 29, 2019.
    The primary purpose of this procurement amendment is to revise the end date of the order period, altering it from March 2035 to September 2034. Additionally, it converts informational CLINs into priced ones and provides destination details, PSC codes, and NAICS codes. The amendment also updates the delivery and inspection schedules, removing an inspection clause while specifying that acceptance will be conducted by the government. These changes are administrative in nature and do not significantly alter the original solicitation's core intent. Offerors are required to acknowledge receipt of this amendment, and any changes to previously submitted offers must be made prior to the stated deadline.
    The amendment modifies Clause 52.212-4 of a contract tailored for transportation services, primarily focusing on inspection and acceptance terms. It specifies the Contractor's responsibility for tendering conforming items and the Government's rights regarding repair, replacement, or reperformance of nonconforming services. The amendment also addresses assignment rights, changes within the contract's general scope, and the resolution of disputes. Additionally, it clarifies invoice requirements, risk of loss provisions, and warranties, emphasizing the Contractor's obligations and liabilities. The termination clauses are tailored to include deactivation of visa stages and introduce financial responsibility warranties. Overall, the amendment reinforces the Government's rights and expectations regarding acceptance, liability, and contractor performance, ensuring conformity and providing clarity on key aspects of the procurement. The modified clauses aim to protect the interests of the Government and provide a detailed framework for the Contractor.
    The government seeks to procure visa contingency services from participants in the Voluntary Intermodal Sealift Agreement (VISA) program. This requirement aims to ensure contingency support for deploying and redeploying military personnel and their equipment during emergencies. The base period spans five years, with an optional five-year extension. VISA participants must provide VISA Capacity Commitment and Carrier Vessel Information Sheet for each enrolled vessel, detailing their ability to meet the required services. The solicitation emphasizes the need for a comprehensive approach, incorporating vessel availability, geographic coverage, and competitive pricing. Offerors are expected to possess a strong operational and logistical capability, with a fleet of vessels available for prompt deployment. The government will assess submissions based on factors such as VISA experience, past performance, and price reasonableness. Submissions are due by August 27, 2024, with the government prioritizing offers that align with the specified terms and conditions. The estimated value of this contract lies between USD 4.5 and 9 million for the base period, potentially reaching USD 18-36 million if the option period is exercised.
    Similar Opportunities
    Voluntary Tanker Agreement (VTA)
    Buyer not available
    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.
    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.
    Vessel Architecture
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking industry insights through a Request for Information (RFI) for a contract focused on vessel architecture, aimed at enhancing the Integrated Computerized Deployment System (ICODES) critical for Department of Defense (DoD) transportation planning. The initiative requires expertise from a Marine Engineering Organization (MEO) to maintain the ICODES vessel library, which is essential for effective load planning during military operations. The contract is set to commence from June 1, 2025, to September 30, 2025, with multiple option periods, and interested firms are encouraged to submit a White Paper detailing their capabilities by March 6, 2025. For further inquiries, Michelle Chon-Knox can be contacted at michelle.g.chon-knox.civ@mail.mil or by phone at 618-817-0994.
    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.
    Military Sealift Command VERTREP Pacific Detachment B
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking vendors to provide Vertical Replenishment Services (VERTREP) for its Pacific Detachment Bravo (B), primarily based in Guam. The procurement requires a contractor to supply two helicopters, along with qualified personnel and necessary equipment, to support year-round logistical operations for U.S. Navy and partner nation ships globally. This initiative is crucial for maintaining operational readiness and logistical support in various maritime environments, particularly under heightened security conditions. Interested vendors must submit capability statements by March 12, 2025, to Jim Ellis at james.p.ellis54.civ@us.navy.mil, with the NAICS code for this opportunity being 481212 and a size standard of 1,500 employees.
    USNS ARCTIC BOOKCELLS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of specialized cargo and tanker vessels under the solicitation N3220525Q2198. This opportunity involves a firm-fixed price purchase order with a required delivery date of May 19, 2025, at a location in Norfolk, Virginia. The vessels are critical for maritime operations, and the procurement process emphasizes technical capability and pricing competitiveness, ensuring compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM on February 25, 2025, and can direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    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, with the expectation of a Request for Proposal (RFP) issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027. For further inquiries, respondents may contact Brian Stocker at brian.j.stocker.civ@us.navy.mil or Kate Wisniewski at kate.l.wisniewski.civ@us.navy.mil.
    SURTASS-E Long Term
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking information through a sources sought notice (N32205-SS-25-037) to evaluate the feasibility of chartering a vessel capable of towing a passive acoustic monitoring system for U.S. Navy operations. Interested vendors are required to provide details about a U.S. or foreign-flagged vessel that can operate globally, maintain consistent towing speeds of 4-6 knots for up to 60 days, and ensure heading stability, along with information on vessel classification, readiness timeline post-award, personnel accommodations, and associated costs. This procurement is crucial for supporting military operations and ensuring compliance with security and safety regulations, with a period of performance set for 334 days starting from March 31, 2025. Vendors must submit their detailed responses by February 27, 2025, and can direct inquiries to Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
    Buyer not available
    Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.