USWC JONES ACT TANKER
ID: N3220525R0002Type: Presolicitation
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, through the Military Sealift Command (MSC), is soliciting proposals for the USWC Jones Act Tanker, specifically for a Charter Party related to the Military Sealift Command's Tanker Time Charter for 2023. The procurement includes a base charter period of one year with options for three additional one-year periods and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as U.S. Coast Guard standards. This contract is crucial for ensuring safe and effective maritime logistics support for the Department of Defense, particularly in transporting essential defense fuels along the West Coast and Hawaii. Proposals are due by March 31, 2025, and interested parties can contact Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The agreement between Intrepid Personnel & Provisioning, Inc. and the Seafarers International Union outlines the terms of employment for unlicensed personnel aboard the MV Empire State. It establishes the framework for labor relations, including recognition of the Union as the sole bargaining representative and the provision of employment guidelines that cover various responsibilities, wages, and working conditions. Key elements include the requirement for all unlicensed crew members to maintain Union membership, undergo medical evaluations, complete training certifications, and comply with immunization mandates. The document also emphasizes job security through continued employment provisions and a grievance system for dispute resolution while prohibiting work stoppages that could impact vessel operations. Pay structures are detailed, including overtime calculations, holiday observances, and emergency duties. Specific policies addressing smoking, harassment, and safety regulations are included to ensure a compliant and respectful work environment. In summary, this agreement not only delineates the employment standards but also ensures a stable operational framework for maritime employees, supporting Mission objectives outlined by the Military Sealift Command.
    The document appears to be a corrupted or heavily encoded file, lacking coherent content relevant to government RFPs, grants, or any structured proposal. There are several indications of data corruption, such as repeating numbers and characters, which obstruct any meaningful interpretation or summarization of key topics or ideas that normally accompany such documents. Without coherent information, one cannot derive a main topic, supporting details, or a logical structure. The saturation of disordered data signifies potential improper formatting or file corruption. As such, the document cannot provide insights or context regarding government-related requests for proposals, grants, or funding opportunities. Further attempts to analyze or summarize the intentions of this document are hindered by its illegibility.
    The document outlines the requirements for offerors submitting information related to shipyard work, particularly in compliance with DFARS 252.247-7026. It mandates that each offeror must provide detailed information, including whether the work was performed in a U.S. or foreign shipyard, whether it involved emergency repairs, and if the U.S. government reimbursed the costs. The form collects essential details such as the vessel name, description of the work performed, inclusive dates, costs, shipyard names, and addresses. This structured collection of data ensures that submissions satisfy federal regulations and standards for shipyard operations, reflecting the government's oversight and regulatory compliance requirements for contractors in ship repair and maintenance services. The emphasis on accurate reporting highlights the importance of adherence to federal guidelines when engaging in shipyard work, particularly regarding emergency repairs and government funding.
    The document outlines the government-furnished property (GFP) procurement related to military equipment as part of a federal solicitation. It includes details on various items, such as night vision equipment, detection systems, rifles, chemical agents, personal protective equipment (PPE) kits, and office supplies. Each item is listed with specifications including National Stock Numbers (NSN), manufacturer codes, part numbers, quantity, acquisition costs, and delivery dates. The structured format categorizes items into serially and non-serially managed types, indicating whether they require tracking. Notably, it emphasizes compliance with procurement guidelines, ensuring that allocated resources are properly utilized and recorded. This procurement process is critical for maintaining operational readiness and supplies for military personnel, reflecting the government's commitment to effectively managing and deploying resources as needed. Overall, the document serves to facilitate the acquisition of necessary equipment and materials while adhering to federal procurement regulations.
    The document outlines pricing data and operational costs related to the charter services of vessels, as stipulated in federal RFP N3220525R0002. The structure includes a detailed breakdown of costs across multiple periods: Base, Option Period One, Two, Three, and Four. Each section requires the offeror to provide a daily price associated with crew-related expenses (wages, training, victualling, etc.), vessel operating costs (maintenance, lubricants, materials), and insurance costs. The offeror must also compute total daily costs, expected off-hire days, and revenue expectations based on assumed performance days over the contract year. Additionally, fuel consumption details are specified, directing offerors to use standard DLA-E prices for various fuel types. This document serves as a framework for bidders to submit realistic and competitive pricing proposals in response to the government’s need for vessel charter services. Its primary goal is to standardize the bidding process while ensuring comprehensive cost analysis and transparency in expenditures.
    The document outlines the crew complement requirements for Request for Proposals (RFP) N3220525R0002, covering various option periods for a specific vessel. It provides a structured template for bidders to detail the manning complement needed across different categories: Deck, Engine, Steward, and Other. Each section includes columns for actual positions, wage details (base compensation, pension, payroll, etc.), and compliance with the Service Contract Act, ensuring all wages/fringe benefits align with federal standards. The presentation is consistent across the base period and four option periods, emphasizing clarity in crew requirements and cost estimates for contractors. This RFP serves to standardize the procurement process for maritime bids, promoting transparency and adherence to regulatory wage guidelines while addressing federal, state, and local grant structures.
    The DD Form 254, issued by the Department of Defense, serves as a Contract Security Classification Specification for a procurement effort involving a U.S. Flag double hull tanker. The contract, referenced as N3220523R4017, requires a Secret facility security clearance and outlines the safeguarding requirements for classified information at the contractor’s facility. The contractor will provide a secure on-board space to manage clean petroleum products, specifically JP8, JP5, and F76. Access to classified communications security (COMSEC) information will be strictly regulated, requiring U.S. citizenship and appropriate security clearances for personnel. The document details responsibilities concerning the handling of classified materials, including restrictions on public disclosure, OPSEC compliance, and safeguarding controlled unclassified information. It mandates that contractor personnel adhere to comprehensive security guidelines, including annual briefings and handling protocols, with significant emphasis on the protection of critical information associated with the contract. Additionally, the contract mandates thorough documentation of security clearances and requires a visit authorization letter for personnel needing access to sensitive information. Overall, this form formalizes security protocols crucial for contractors involved in sensitive defense-related activities, underlining the importance of compliance with federal regulations and protocols related to classified information management.
    The document outlines the requirements for the US West Coast Jones Act Tanker Replacement project, emphasizing the need for a compliant tanker for transporting essential defense fuels. The specifications include characteristics such as a tanker with a capacity of at least 280,000 BBLs, double valve isolation between segregated cargo tanks, and the ability to perform operations at offshore facilities. Health and safety protocols are highlighted, including crew restrictions during port visits and mandatory inspections by a Certified Marine Chemist to ensure the vessel is gas-free before loading. Additionally, the contractor must provide detailed delivery schedules, certifications, and reports on cargo compatibility and fuel consumption. The document stresses compliance with cybersecurity measures as per DFARS guidelines, requiring contractors to implement robust information security plans, monitor incidents, and cooperate with the Naval Criminal Investigative Service. The overall goal is to ensure safe, efficient, and secure transport of military fuels, supporting the operational readiness of the Department of Defense along the West Coast and Hawaii.
    The Technical Offer Worksheet outlines the requirements for submitting a technical proposal related to vessel operations, specifically for federal contracts involving shipping and transportation. Key requirements include providing current documentation such as the vessel's Q-88 and Safety Management Certificate, ensuring compliance with Jones Act and SIRE System standards, and submitting detailed stowage plans for cargo. Offerors must disclose cargo histories from the past six months, and detail the construction and compatibility of cargo tanks, including whether they are coated and the type of coatings used. Additionally, information regarding the vessel's compliance with safety certificates and inspection protocols is critical. The document emphasizes the importance of vessel readiness and adherence to safety and regulatory standards. Overall, these guidelines facilitate a thorough evaluation process for potential vendors seeking to contract with the federal government for maritime operations, ensuring that only qualified vessels are considered for service.
    The document outlines Force Protection (FP) contract requirements for contractors supporting the Military Sealift Command (MSC). Key components include adherence to signage regulations, vessel security plans, and various security systems such as hull perimeter lighting, Closed-Circuit TV (CCTV), and Intrusion Detection Systems (IDS). The contractor must ensure access control, establish security watch requirements, and maintain a trained security reaction force. It details the roles of personnel involved in security, including the Force Protection Officer (FPO) and Mate-On-Watch (MOW), alongside the expectations for security drills and training regimens for mariners handling arms. The document also addresses the implications of deploying Embarked Security Teams (EST) and Contract Security Teams (CST), emphasizing their roles in protecting vessels from waterborne threats. Compliance with Federal guidelines for training and equipment maintenance is crucial to meet the standards outlined in related military safety manuals. Overall, this document serves to reinforce safety measures and protocols necessary for securing vessels under MSC's operational control.
    The document outlines the Chemical, Biological, Radiological, and Nuclear Defense (CBRN-D) requirements for contractors operating vessels under the Military Sealift Command (MSC). Contractors must comply with CBRN-D guidelines as stated in COMSCINST 5530.3, ensuring receipt, inventory management, and proper disposal of CBRN equipment, which is considered government property. A licensed CBRN-D Officer must be appointed, who is responsible for training the crew in CBRN procedures and conducting annual drills, including different scenario simulations such as chemical, biological, and radiological threats. The Government will supply necessary CBRN equipment and medical countermeasures, including those for nerve agent exposure, ensuring proper storage, handling, and accountability to comply with federal regulations. Training and drills are mandatory for all crew members, ensuring preparedness for CBRN incidents. Additionally, protocols for handling expired medical supplies and disposal procedures are outlined, reinforcing the importance of regular training and compliance with safety standards. Overall, the document details rigorous standards and procedures essential for maintaining vessel safety and preparedness in CBRN scenarios.
    The document provides a detailed guideline for the design and construction of a Decontamination Station (DS) within a Chemical, Biological, Radiological (CBR) contamination control area aboard military vessels. It outlines functional requirements, including approvals needed from the Military Sealift Command (MSC) Engineering Directorate for installations on retrofitted or chartered ships. Key aspects include structural specifications, material standards, and safety protocols, such as watertight electrical systems and appropriate drain setups for waste management. The layout must ensure accessibility from weather decks and comply with military regulations for interior environments, emphasizing smooth finishes to prevent contaminant pockets. The list of materials provides specifics on required equipment like intercoms, faucets, and grating, ensuring compliance with both commercial and military standards. Essential features such as emergency lighting, the arrangement of showers, and signage for safety instructions are also detailed. Overall, this document serves as a critical resource for maintaining safety and effectiveness in operations dealing with CBR emergencies, supporting both planning and execution phases of the Decontamination Station installation project.
    The document outlines the requirements for a Shipboard Security System (SSS) to be implemented on vessels. Key components of the SSS include Hull Perimeter Lighting (HPL), Closed Circuit Television (CCTV), an Intrusion Detection System (IDS), and an Audible Warning System (AWS). The HPL must illuminate the entire hull at a minimum of 5 foot-candles, ensuring no dark areas exist. The CCTV system is to cover both interior and exterior areas, with efficient camera placement to maximize coverage at critical access points. The IDS should feature motion sensors linked to the CCTV for automatic alerts and visual monitoring. Furthermore, the AWS must be capable of producing an audible warning from a distance of 500 yards, featuring recorded message capabilities. Vessel owners are required to integrate these specifications into their security plans, detailing monitoring responsibilities and response protocols for crew members. Overall, these outlined specifications aim to enhance the security and safety of vessels, indicating the government's commitment to effective maritime safety standards within RFP and grant frameworks.
    The document outlines the specifications for the installation of two Replenishment at Sea (RAS) receiving stations on a naval vessel, designated for Refueling at Sea (CONSOL) operations. Key requirements include the installation of RAS stations in fore and aft positions capable of simultaneously transferring two fuel products using ROBB or NATO coupling. Layout and design must comply with various NAVSEA drawings and engineering standards, ensuring adherence to established safety and operational protocols. The stations must undergo testing to verify structural integrity under various loads, and comprehensive rigging drawings with procedural documentation are to be provided. Lighting for nighttime operations is mandated, along with components designed to manage dynamic demands. Pre-existing stations require inspection and potential upgrades. The document emphasizes safety, engineering design reviews, and compliance for successful RAS operations. This file serves as a critical guideline within the framework of federal RFPs, underlining the government’s emphasis on stringent engineering standards and regulatory conformity in military vessel operations.
    The document outlines the requirements for disclosing lobbying activities related to federal actions, as mandated by 31 U.S.C. 1352. It includes instructions for completing the Standard Form LLL, which must be submitted by any entity engaging in lobbying to influence federal actions, such as contracts, grants, or loans. Key sections of the form request information on the type and status of the federal action, the reporting entity, and details of any lobbying registrants involved. Additionally, the form must identify the federal agency and program associated with the lobbying and provide an award amount if known. The document emphasizes that accurate disclosure is critical and failure to comply can result in significant penalties. The instructions also stress that the submission is open for public inspection to enhance transparency in government funding and lobbying activities. Overall, this disclosure mechanism aims to foster accountability in the use of federal funds and the influence of lobbying efforts on government decisions.
    The Mission Essential Contractor Services Plan (MECSP) Worksheet, as outlined in the federal RFP N3220525R0002, requires offerors to provide comprehensive plans addressing essential contractor services continuity. According to DFARS 252.237-7024, the MECSP must detail provisions for acquiring personnel and resources to ensure operations can persist for up to 30 days. It emphasizes strategies for addressing challenges, such as maintaining services during prolonged crises like pandemics. The worksheet also requires responses regarding the time it takes to mobilize essential personnel, training for staff capable of working remotely or at alternate locations, and the establishment of alert protocols for personnel activation. Additionally, effective communication of expectations and responsibilities to contractor employees during crises must be outlined. Each component must be addressed with references to specific sections of the MECSP, ensuring clarity and thoroughness for meeting federal guidelines and expectations. The overall purpose of this document is to ensure that contractor services remain operational and effective during emergencies, highlighting governmental emphasis on preparedness and resilience in contractor operations.
    The document outlines the Contract Data Requirement List (CDRL) for a federal contract, specifying various reporting and submission obligations for the contractor. It includes a range of ongoing and periodic reports, such as a Position Report every six hours, and monthly submissions for Voyage/Passage Reports, Fuel Oil Inventory, and Port Expenses. Some items must be submitted within specified timeframes post-award, including a System Security Plan and Delivery Schedule, while other inventories like Small Arms and CBRN Equipment are required annually. The document emphasizes the importance of compliance with safety and security standards, mandating reports such as the Cyber Incident Report within 15 days of discovery. Overall, this CDRL serves as a critical framework for monitoring contractor performance and ensuring adherence to safety and security protocols in government-related maritime operations.
    The Standard Operating Manual (SOM) of the Military Sealift Command (MSC) outlines operational guidance to ensure effective mission execution for MSC commands and ships. The manual supersedes the previous COMSCINST 3121.9B and applies to all MSC entities, including chartered and contract-operated ships. Its primary objective is to establish a framework for the command's responsibilities, operational procedures, and reporting systems aligned with standard Navy practices. Key components include mission organization, standard and mission-specific operations, and reporting on casualty and readiness. The organizational structure features a matrix system where Program Managers are responsible for various ship categories, such as combat logistics and prepositioning. Additionally, Area Commands oversee tactical execution within specific geographic regions. The document emphasizes the importance of adherence to regulatory authority while maintaining operational flexibility. An annual review of procedures is mandated, allowing for continuous improvement. Overall, this SOM serves as a vital reference for maintaining MSC's operational readiness and efficiency, demonstrating its commitment to supporting U.S. military operations across the globe.
    The document is a Request for Clarification regarding Solicitation N3220525R0002. It serves as a formal mechanism for contractors to seek clarification on specific elements of the solicitation. The structure includes sections for the contractor to fill in their information, the question posed, and designated areas for technical and legal reviews by relevant personnel at the MSC. The document indicates the solicitation change and technical manual change with a simple Yes/No designation. This process is crucial in the context of government RFPs, facilitating communication between contractors and government entities to ensure clarity and compliance with solicitation requirements. The emphasis on structured communication underlines the importance of precise information exchange to support effective bidding and contract management.
    The government RFP N3220525R0002 seeks proposals for a Charter Party related to the Military Sealift Command's Tanker Time Charter for 2023. The contract encompasses a base charter period of one year with options for three additional one-year periods and an 11-month option. Proposals must be submitted by March 31, 2025, and include requirements for vessel operation, including compliance with safety and environmental regulations. Specific reporting and operational guidelines are outlined, detailing vessel readiness and inspection processes. The contract emphasizes the necessity for vessels to maintain compliance with U.S. Coast Guard regulations and other applicable laws. Key terms include the conditions for hire rates, loss of vessel, and reporting protocols that require regular updates on the vessel's status. Overall, this RFP illustrates the government's commitment to ensuring safe and effective maritime logistics support while adhering to stringent regulatory requirements.
    The Military Sealift Command is initiating a presolicitation for a fixed-price time charter concerning the procurement of a U.S. flag Jones Act compliant tanker. The expected contract, identified as N3220525R0002, will involve one year of base operation followed by three one-year options and an 11-month option period. The tanker must feature Segregated Ballast Tanks and an Inert Gas System, capable of transporting a minimum of 280,000 barrels of clean products (such as F76, JP5, JP8, or JA1) with specified segregation in cargo tanks. Delivery is anticipated between July 12 and October 21, 2025, primarily at a location chosen by the charterer, likely Point Loma, CA. The solicitation will be publicly available around February 28, 2025, with a full and open competition format determined by prior market research. The decision not to set aside the procurement for small businesses was supported by the Small Business office.
    Lifecycle
    Title
    Type
    USWC JONES ACT TANKER
    Currently viewing
    Presolicitation
    Similar Opportunities
    TANKER TIME CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a tanker time charter under Sources Sought Notice No. N32205-SS-N351-25-039. The objective is to assess market interest in providing either a 105-day or an 85-day charter for a clean, U.S. Jones Act-compliant tanker or a non-connected tug and barge capable of transporting petroleum products to support the Defense Logistics Agency-Energy, with deliveries targeted for Port Arthur, TX, or Selby, CA, starting in May and June 2025, respectively. This procurement is crucial for ensuring the efficient transportation of fuel to support military operations, and interested parties must provide company details, vessel specifications, charter rates, and fuel consumption data, confirming their small business status by the response deadline of March 3, 2025. For further inquiries, interested vendors can contact David C. Anaya at david.c.anaya.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil.
    30-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 30-day dry cargo time charter to support military transportation needs. The contract requires a self-sustaining vessel capable of carrying significant military cargo, including hazardous materials, with a minimum speed of 13 knots, and will operate between Charleston, South Carolina, and Gabès, Tunisia, starting March 14, 2025. This procurement is critical for ensuring efficient and compliant transportation of military supplies, emphasizing fair pricing and adherence to federal regulations. Interested offerors must submit their proposals by February 19, 2025, and can 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.
    Dry Cargo Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to provide a U.S. flag, Jones Act-compliant tug and barge or self-sustaining vessel for the transportation of hazardous cargo, specifically 20-foot ISO shipping containers. The selected vessel must meet specific requirements, including a maximum length of 700 feet, a draft of 31.5 feet, and the capacity to carry at least 100 twenty-foot containers, with operations scheduled to load at Naval Magazine, Indian Island, WA, and discharge at Valdez, AK, by April 11, 2025. This procurement emphasizes the importance of secure transport capabilities for hazardous materials while promoting small business participation in federal contracting, as it is set aside for total small business participation. Proposals are due by March 3, 2025, at 1300 Eastern Time, and interested parties can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil for further 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.
    OPERATION AND MAINTENANCE OF THE OFFSHORE PETROLEUM DISTRIBUTION SYSTEM (OPDS) TO INCLUDE THE USNS VADM K.R. WHEELER AND THE USNS FAST TEMPO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking contractor capabilities for the operation and maintenance of the Offshore Petroleum Distribution System (OPDS), which includes the USNS VADM K.R. WHEELER and the USNS FAST TEMPO. The primary objective is to ensure that these vessels remain compliant with regulations and maintain operational readiness for delivering fuel to U.S. forces and allies from offshore locations. This procurement is critical for sustaining military operations, and the anticipated contract will be a Firm-Fixed Price (FFP) award with an initial term of 12 months and up to four additional option periods. Interested contractors must demonstrate financial viability, possess a SECRET-level facility security clearance, and submit their qualifications by March 3, 2025, to Kurt J. Oberg at kurt.oberg@navy.mil or by phone at 757-443-2845.
    Time Charter Container Ship for United States Air Force (USAF)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and cost of a time-chartered container ship for the United States Air Force (USAF). The ship must be capable of carrying ammunition in ISO containers, with a required delivery date of May 15, 2025, and must meet specific performance criteria, including a minimum speed of 16 knots and a capacity for 900 ISO containers, while being able to operate in extreme environmental conditions. This procurement is crucial for supporting the transportation and prepositioning of military cargo worldwide, emphasizing the government's commitment to military readiness. Interested vendors must submit their responses, detailing ship capabilities, availability, and pricing factors, by March 12, 2025, to the designated contacts, Samantha Wooton and F. Carley Orvin, whose contact information is provided in the opportunity overview.
    Dry Cargo Voyage Charter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors for a Dry Cargo Voyage Charter. This presolicitation opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 483111, which pertains to Deep Sea Freight Transportation. The charter services are crucial for the transportation and relocation of marine cargo, supporting various naval operations. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil for further details, with the procurement process expected to unfold in the near future.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    Ship Propulsion Fuel (Bunkers)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Ship Propulsion Fuel (Bunkers) for U.S. vessels at various global ports. This procurement includes Distillates and Residuals, specifically Commercial Marine Gas Oil (MGO), Intermediate Fuel Oils (IFO 180 and IFO 380), Very Low Sulfur Fuel Oil (VLSFO), and potentially MILSPEC products like JP5 and F76 for Navy ships, with deliveries scheduled from October 1, 2024, to October 31, 2025. The initiative is critical for maintaining operational readiness and compliance with environmental standards in military logistics, emphasizing quality assurance and rigorous documentation practices. Interested vendors must register in the SEA Card® Online program and can direct inquiries to Francis Murphy at Francis.c.Murphy@dla.mil or Jasper Pili at Jasper.Pili@dla.mil, with the ordering period commencing on October 1, 2024.
    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.