85-day Tanker Time Charter
ID: N3220525R4070Type: Presolicitation
AwardedMay 16, 2025
$7.5M$7,462,500
AwardeeFAIRWATER COMMERCIAL MANAGEMENT LLC Fort Lauderdale FL 33316 USA
Award #:N3220525C4025
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 Norfolk, is soliciting proposals for an 85-day tanker time charter contract involving the provision of U.S. Jones Act-compliant vessels for transporting specific clean products. The contract requires vessels to be articulated or integrated tug and barge systems, equipped with inert gas systems, and capable of carrying substantial cargo volumes, with operations scheduled to commence on June 5, 2025. This procurement is crucial for ensuring the timely and safe transportation of goods in support of military operations, adhering to stringent safety and regulatory standards. Interested parties must submit their proposals by April 22, 2025, and can direct inquiries to David Hamilton at david.k.hamilton19.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines the fuel consumption data for military operations, specifying different categories of fuel usage for the fiscal year 2025. It details two primary types of fuel underway: laden and ballast, totaling 41 days for auxiliary use. The report further categorizes in-port fuel activities, including idle loading and discharging for two grades, with respective durations of 32 days and 24 days combined. The standard DLA price for fuel is set at $1,068.87 per metric ton. The documentation, likely drafted for federal considerations, serves to inform relevant entities about fuel pricing and consumption metrics required for operational planning. This report is essential for understanding operational costs and budgeting in alignment with federal and state funding or grants for defense purposes.
    The Military Sealift Command Norfolk has published a Request for Proposals (RFP) N3220525R4070 for a firm-fixed-price contract involving the provision of U.S. Jones Act-compliant vessels capable of transporting specific clean products. The procurement follows FAR guidelines and includes detailed requirements for the vessels, such as being articulated or integrated tug and barge systems, outfitted with inert gas systems, and capable of carrying significant cargo volumes. Vessel operators are encouraged to submit proposals by April 22, 2025. Additional responsibilities include compliance with stringent safety and inspection criteria, certification documentation, and reporting requirements. The contract focuses on securing vessels for about 85 days starting June 5, 2025, with designated delivery and redelivery points on the U.S. West Coast. Key clauses related to contractor obligations, compliance with federal laws and executive orders, and payment procedures are included to ensure adherence to regulations governing government contracts. The document emphasizes the government's intent to ensure safety, operational efficiency, and regulatory compliance throughout the contract's duration.
    The document outlines the requirements and certifications necessary for offerors of commercial products and services in response to government solicitations, specifically pertaining to FAR 52.212-3. It instructs offerors to complete specific representations based on their registration status in the System for Award Management (SAM). Key definitions are provided, including terms related to small business classifications, labor practices, and compliance with various regulations regarding telecommunications and sensitive technologies. The sections detail necessary certifications regarding ownership structures, tax liability, and the use of child labor, as well as compliance with federal laws about contracting with certain entities and regions. The comprehensive nature of the document aims to ensure transparency, accountability, and alignment with federal regulations during the bidding process, emphasizing the importance of ethical practices in federal contracting. By documenting representations and certifications, the government seeks to promote fair competition and maintain standards across federal acquisitions.
    The document outlines maintenance work performed on vessels within a fleet, specifically citing the Tug ABC and Barge ABC. It lists scheduled maintenance work performed by U.S. shipyards, detailing costs associated with activities such as hall, blast, and paint. The U.S. shipyard mentioned is Marine Group Boat Works located in Chula Vista, California, and the foreign shipyard listed is Seaspan Vancouver in North Vancouver, Canada. The dates of maintenance at the U.S. shipyard range from June 1, 2020, to August 15, 2020, and the foreign facility from January 21, 2021, to February 15, 2021. The document serves as a record for compliance with federal guidelines pertaining to maintenance and repairs of fleet vessels, which could be relevant for government RFPs and grants regarding maritime operations and maintenance. Overall, it demonstrates the need for transparency and documentation in maintenance costs and shipyard operations.
    This document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines wage rates and fringe benefits for various occupations related to federal contracts, particularly for those employed on deep-sea vessels under U.S. Navy contracts. The wage determination number is 2019-0288, last revised on January 21, 2025. It indicates that the minimum wage rates are linked to Executive Orders 14026 and 13658, mandating at least $17.75 per hour for contracts after January 30, 2022, or $13.30 for those awarded between January 1, 2015, and January 29, 2022, if not renewed thereafter. The document specifies occupational titles, corresponding wage rates, and requirements for providing paid sick leave under Executive Order 13706. Additionally, it mandates benefits such as health and welfare, vacation, holidays, and uniform allowances, and outlines the process for classifying unlisted occupations through the conformance process. This determination applies to several coastal U.S. states and is vital for enforcing labor protection measures and ensuring fair compensation in government contracting, reflecting the government’s commitment to uphold worker wages and rights.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Tanker Voyage Charter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean product (JP8) from Algeciras, Spain, to Mersin, Turkey. The procurement requires a clean, approved U.S. or foreign flag, double-hull tanker equipped with an inert gas system and segregated ballast tanks, capable of carrying a minimum of 150,000 barrels of the specified product. This charter is crucial for ensuring the safe and efficient transportation of military fuel, with laydays commencing on January 30, 2026, and closing for responses on December 16, 2025, at 10:00 AM Eastern Time. Interested parties can contact Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil or 564-230-3633 for further details.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    Ice Class Tanker - Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research through a Sources Sought notice for an extended term charter of one U.S. flag double hull, ice-class tanker. The procurement aims to secure a vessel equipped with two Naval Surface Warfare Center-approved Consolidated Cargo Operations (CONSOL) stations and one Fuel Delivery Station (FDS), with specific requirements regarding ice-class ratings, cargo capacity for various fuels, and operational capabilities, including access to McMurdo, Antarctica. This opportunity is critical for ensuring logistical support in extreme environments, with the charter period set from February 20, 2027, to February 19, 2028, and four additional option periods. Interested parties must submit their company and vessel information, including estimated daily charter rates and readiness dates, by December 23, 2025, and can contact Yvonne Escoto or Stephanie Ricker for further details.
    90-DAY EXTENSION RED HILL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag tanker vessel under a Military Sealift Command (MSC) Tanker Time Charter for an additional 90 days. This extension is crucial to ensure continuous emergency storage capacity and rapid response capabilities in the event of a fuel storage tank failure at the Red Hill Bulk Fuel Storage Facility (RHBFSF) until the delivery of a newly awarded long-term contract vessel to Pearl Harbor, HI. The procurement is vital for maintaining operational readiness and supporting current and emergent missions. Interested parties can contact Stephanie Ricker at stephanie.ricker1@navy.mil or 757-341-5630, or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or 757-443-5886 for further details.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    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.
    Voluntary Tanker Agreement (VTA)
    Dept Of Defense
    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.
    VOYAGE CHARTER
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a Sources Sought notice (N32205-SS-N103-26-009) to identify U.S. flag vessels capable of transporting specific granite aggregates (57 and 89) from Canada to two discharge ports in Florida. The procurement requires vessels that can handle 46,000 metric tons of cargo, equipped with gear for discharge, and must meet specific operational criteria including crane offload rates and dimensions. This opportunity is critical for supporting the MSC's strategic sealift operations, ensuring the timely and efficient transport of essential materials. Interested parties must submit their company and vessel information via email to Jordan Morrison by November 4, 2025, at 1100 Eastern Time, with further inquiries directed to either Jordan Morrison or Achille Broennimann.