DRY CARGO VOYAGE CHARTER
ID: N3220524R4159Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to provide a self-sustaining vessel capable of transporting a minimum of 250 ammunition TEUs, in compliance with hazardous material regulations. This opportunity is set aside for small businesses and aims to secure logistics and transport capabilities essential for military operations, with proposals due by September 19, 2024. Offerors must adhere to specific technical requirements, including vessel safety certifications and a comprehensive stow plan, while the selection process will prioritize price and technical acceptability. Interested parties can direct inquiries to Miranda Delaney at miranda.c.delaney.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil, with further details available in the attached RFP documents.

    Files
    Title
    Posted
    The document addresses questions and answers related to the Military Sealift Command's solicitation (N3220524R4159) for maritime services. The responses clarify procedural details for potential offerors, stating that the SF 1449 form is only provided upon award, while specific pier details for vessel unloading locations in Tengan, Okinawa, and Apra Harbor, Guam remain undisclosed. Confirmation is given on the order of discharge calls, with an assurance that no specific stevedoring contractor is mandated by the government. Additionally, there's a correction regarding barge terminology, and it is noted that while a Certificate of Inspection (COI) is required for U.S. flagged vessels, it must be provided for foreign-flagged vessels seeking U.S. reflagging before delivery. Lastly, the request for an extension on the offer closing date was denied. This document serves as a critical communication tool within government RFP processes, ensuring transparency and proper understanding among potential bidders.
    The Military Sealift Command Norfolk is seeking proposals through RFP N3220524R4159 for a firm-fixed-price contract to provide a self-sustaining vessel capable of transporting a minimum of 250 ammunition TEUs, including compliance with hazardous material regulations. This solicitation follows FAR 13.5 and is set aside for small businesses, with proposals due by September 19, 2024. Key technical requirements include ship capability, cargo specifications, port specifications, vessel safety certifications, and adherence to health and safety protocols during port visits. Special classifications apply regarding classified information that offerors must acknowledge and conform to for qualifying vessel evaluation. A comprehensive stow plan with hazardous material segregation, detailed itinerary, and requisite documentation must be provided. The selection process prioritizes price and technical acceptability while considering cargo preference regulations. The contracting officer emphasizes concise submission and communication due to potential email delays. This RFP reflects government efforts to secure logistics and transport capabilities essential for military operations while engaging with small business contractors.
    The document outlines the Offeror Representations and Certifications for Commercial Products and Services as prescribed by federal regulations. It mandates that offerors complete various representations and certifications depending on their registration status in the System for Award Management (SAM). The text defines key terms, such as "economically disadvantaged women-owned small business" and "manufactured end product," and details the compliance requirements for offerors regarding labor, local business status, and certain prohibited activities related to telecommunications, child labor, and foreign operations. Additionally, it outlines the necessary certifications regarding compliance with U.S. laws, including the requirement for a Buy American Certificate and disclosures regarding substantial corporate governance due to tax liabilities or felony convictions. The document ensures that the federal procurement process is transparent and fair by requiring offerors to certify their status and affiliations while promoting participation from small businesses and historically disadvantaged groups. Compliance with these regulations is essential for offerors wishing to engage in government contracts.
    Lifecycle
    Title
    Type
    DRY CARGO VOYAGE CHARTER
    Currently viewing
    Solicitation
    Similar Opportunities
    (PMT) TRANSPORTATION SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking quotes from qualified small businesses for the procurement of two gasoline-powered utility vehicles intended for transporting sailors and equipment at Naval Base Norfolk. The vehicles must meet specific requirements, including four seats, all-terrain tires, enclosed cabins, and a payload capacity of 1200 lbs, with delivery expected within 30 days of contract award. This procurement is crucial for enhancing operational efficiency at the base, and interested parties must submit their quotes via email to Connie Totaro by 1200 PM EST on September 20, 2024, as no written solicitation will be issued.
    Dry Cargo TUGCON; USWC to Far East
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command’s Norfolk Strategic Sealift Program Support Office, is seeking information on the availability and pricing for a U.S. flag, ocean-going certified tug to tow the berthing barge YRBM-57 from Naval Base San Diego, CA, to Naval Base Yokosuka, Japan. The requirement includes a single trip scheduled between November 1 and 8, 2024, with the towing operation commencing around November 11, 2024, necessitating a tug with a bollard pull of 55.29 metric tons and the capability for continuous towing without fuel stops. Interested parties are invited to submit vessel details, pricing estimates, and business size information by September 24, 2024, while ensuring compliance with federal small business standards. For further inquiries, contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    USNS MEDGAR EVERS (T-AKE 13) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and regular overhaul of the USNS MEDGAR EVERS (T-AKE 13). The project involves preparing for and executing the lay berth and regular overhaul as specified in the solicitation, with performance periods anticipated from February 2025 through December 2025. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering small business participation in federal procurement. Interested parties can access the solicitation, expected to be released on or about September 18, 2024, by contacting Damian Finke at damian.w.finke.civ@us.navy.mil or Grant Sivertson at grant.t.sivertson.civ@us.navy.mil, and must comply with a Non-Disclosure Agreement regarding technical data provided by the government.
    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.
    81--SHIPPING AND STORAG
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 62 specialized shipping and storage containers under a presolicitation notice. The procurement involves a specific National Stock Number (NSN 6K-8145-011002652-GF) and is intended for flight-critical applications, necessitating government source approval prior to contract award. This opportunity is set aside exclusively for small business concerns, and interested parties must demonstrate their capability to meet the requirements, including submission of necessary technical data and source approval documentation. For further inquiries, interested vendors can contact Alexis K. Healy at (215) 697-1143 or via email at ALEXIS.HEALY@NAVY.MIL.
    10--CONVEYOR,AMMUNITION
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Conveyor, Ammunition (NSN 1005015505030). This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential equipment for military logistics and operations. The successful vendor will be responsible for delivering the specified items to DLA Distribution within 126 days after order placement. Interested parties must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Rental of Four (4) Conex Containers /w Two (2) Transported
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of four 20-foot Conex containers along with transportation services, under the RFQ number N3904024Q0208. The procurement aims to deliver two containers to Groton, CT, and two to Kittery, ME, with a performance period extending from October 28, 2024, to October 27, 2025, and includes options for two additional years through 2027. This initiative is crucial for supporting the Navy's operational needs while promoting small business participation in federal contracting. Interested vendors must submit their proposals via email by September 30, 2024, at 11:00 AM ET, and are required to be registered in the System for Award Management (SAM) while adhering to strict technical and security requirements outlined in the solicitation documents. For further inquiries, potential contractors can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    USNS JOHN LENTHALL (T-AO 189) REGULAR OVERHAUL AVAILABILITY (ROH) SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking proposals for the regular overhaul and dry docking of the USNS JOHN LENTHALL (T-AO 189) as part of a federal contract opportunity. The work will be performed at the contractor's facility, with the anticipated period of performance spanning from March 23, 2025, to September 19, 2025, and is designated as a Total Small Business Set-Aside under NAICS code 336611, which pertains to Ship Building and Repairing. Interested parties must submit proposals in response to the forthcoming solicitation, expected to be released on or about September 20, 2024, and are required to complete a Non-Disclosure Agreement to access technical data related to the project. For further inquiries, potential bidders can contact Nancy Bowers at nancy.l.bowers6.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.