Dry Cargo Voyage Charter
ID: N3220525R4053Type: 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 Norfolk, is soliciting proposals for a Dry Cargo Voyage Charter under solicitation number N3220525R4053. This procurement aims to secure U.S. Flag, Jones Act-compliant, and ABS-certified tug and barge vessels capable of transporting at least 120 TEUs of 20-foot ISO containers, including hazardous materials, as part of the Strategic Sealift Program. The contract will be awarded as a firm-fixed-price agreement, emphasizing compliance with federal regulations, safety standards, and small business participation. Interested parties should direct inquiries to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil or Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL, with proposals due by the specified deadline.

    Files
    Title
    Posted
    The Military Sealift Command Norfolk is issuing a Request for Proposals (RFP) N3220525R4053 for vessel support under the Strategic Sealift Program. This solicitation follows FAR 13.5, focusing on simplified procedures and will be awarded as a firm-fixed-price contract. Proposals are sought for U.S. Flag, Jones Act-compliant, and ABS-certified tug and barge vessels with a capacity for at least 120 TEUs for transporting 20-foot ISO containers, including hazardous materials. Key requirements include specific dimensions for the vessel, laytime, and discharge terms. Offer submissions must consider increased email security delays and comply with numerous documentation requirements. This acquisition emphasizes small business participation and mandates detailed safety and operational documentation for cargo handling, especially regarding hazardous materials. Additional clauses reference compliance with federal regulations that govern labor standards, ethical conduct, and procurement conditions. This RFP underscores the government's commitment to ensuring efficient and compliant maritime logistics while supporting small business engagement in federal contracting processes.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically Wage Determination No. 2019-0288, revised on January 21, 2025. It establishes minimum wage rates for federal contracts, mandating that workers must receive at least $17.75 per hour for contracts starting or renewed after January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, excluding certain states and exemptions. The document lists occupation codes, titles, and respective rates for various positions associated with deep sea vessel services employed by the U.S. Navy, including job descriptions for positions like Master, Chief Engineer, and Assistant Engineer. Additionally, it details fringe benefits such as health and welfare contributions, paid sick leave requirements under Executive Order 13706, vacation policies, and minimum holiday pay. Finally, the document outlines procedures for classifying additional occupations and emphasizes compliance with safety and operational standards. This resource serves to guide contractors in fulfilling legal wage and benefits obligations while maintaining worker protections in federally funded projects.
    The document outlines the Offeror Representations and Certifications for commercial products and services as mandated by the FAR (Federal Acquisition Regulation) 52.212-3. Offerors are required to provide certain representations regarding their business status and compliance with federal regulations, particularly concerning economic and ownership classifications (e.g., small businesses, women-owned businesses, veteran-owned businesses). It defines various terms relevant to government contracting, such as economically disadvantaged women-owned small business, covered telecommunications services, and the implications of restricted business operations in specific countries. The document stipulates that offerors must verify their representations via the System for Award Management (SAM) and complete specific paragraphs based on their qualifications and contract nature. Key certifications involve tax delinquencies, participation in previous contracts, and compliance with child labor laws. Offerors must also disclose any restricted business practices related to Sudan or sensitive technology exports to Iran, ensuring alignment with federal legal requirements. Overall, the document serves to ensure accountability and compliance among prospective contractors in the federal contracting space, facilitating proper assessment and awarding of contracts in accordance with legal and regulatory frameworks.
    Lifecycle
    Title
    Type
    Dry Cargo Voyage Charter
    Currently viewing
    Presolicitation
    Similar Opportunities
    70-day Tanker Time Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to procure a double-hull tanker for transportation needs under the Strategic Sealift Program. The vessel must be capable of carrying at least 270,000 barrels of clean product and meet specific operational requirements, including safety certifications, speed, and the ability to accommodate military personnel, with operations planned to load in Greece and discharge in Bahrain over a charter period of approximately 70 days. This procurement is critical for ensuring effective maritime logistics in support of military operations, adhering to federal acquisition regulations and safety standards. Interested parties should 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, with proposals due by the specified deadline in the solicitation documents.
    Dry Cargo Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a Dry Cargo Voyage Charter as outlined in Sources Sought Notice N32205-SS-N321-25-042. The objective is to gather data on U.S. or foreign flag, self-sustaining vessels capable of transporting one to four Avenger Class Mine Countermeasures Vessels (MCM) from Naval Support Activity Bahrain to the Navy Inactive Ship Maintenance Facility in Philadelphia, PA. This procurement is crucial for maintaining operational readiness and ensuring compliance with safety and regulatory standards, with interested parties required to provide detailed vessel descriptions, execution plans, and pricing information, including total costs associated with the mission. Responses must be submitted via email by 10:00 AM EST on March 25, 2025, to Matthew Price at matthew.r.price40.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil.
    180-days Dry Cargo Time Charter w/ One 180-Day Option
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a 180-day dry cargo time charter with an option for an additional 180 days, as outlined in a presolicitation notice from the Military Sealift Command (MSC) Norfolk. This procurement aims to secure marine transportation services for the movement of cargo, which is critical for supporting naval operations and logistics. The opportunity falls under the NAICS code 483111, focusing on deep sea freight transportation, and is categorized under the PSC code V124 for marine charter services. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further details regarding the submission process and requirements.
    USWC JONES ACT TANKER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the extended-term charter of a U.S. flag Jones Act compliant tanker capable of carrying a minimum of 280,000 barrels of clean product, including F76, JP5, JP8, or JA1. The contract encompasses a base period of one year with options for three additional one-year extensions and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as U.S. Coast Guard standards. This procurement is critical for ensuring effective maritime logistics support for military operations, particularly in transporting essential defense fuels. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil.
    Special Time Charter for Marine Support Vessel
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and pricing of a U.S. flagged, Jones Act vessel to serve as a maritime support vessel for counternarcotics operations. The vessel will be homeported at Mayport Naval Base, FL, and is required to support 29 personnel, with the capacity to surge to 44 for up to 30 days without resupply, operating primarily in the Caribbean Sea and Eastern Pacific Ocean. This procurement is critical for enhancing operational capabilities in maritime security and drug interdiction efforts. Interested parties must submit their responses, including company and vessel details, by March 17, 2025, to the designated contacts, Yvonne Escoto and Danny Davis, at the provided email addresses.
    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.
    Scheduled Fuel Barge Transportation in Atlantic Region
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for Scheduled Fuel Barge Transportation services in the Atlantic Region, specifically for the transportation of Department of Defense-owned bulk fuels. The contract requires the provision of tugs and barges with varying capacities, capable of operating in designated U.S. waterways, and emphasizes compliance with U.S. Coast Guard regulations, safety standards, and timely delivery metrics. This procurement is critical for ensuring reliable logistics support for military operations, with a total evaluated price of approximately $19.25 million covering a base year and four option years, with additional provisions for extensions. Interested contractors must submit their proposals by the specified deadlines and can direct inquiries to Stephanie Eckert at stephanie.a.eckert.civ@mail.mil or Shanda L. Lyman at shanda.l.lyman.civ@mail.mil.
    TANKER (LNG) VOYAGE CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified vendors for the charter of Tanker (LNG) vessels capable of transporting a minimum of 50,000 MMBTU of liquefied natural gas (LNG) to Naval Station Guantanamo Bay, Cuba. The procurement aims to secure logistics for the initial LNG delivery to a new terminal, which is essential for the facility's cooldown process, with loading scheduled to occur at Jacksonville, Florida, and layday options available from late April to early July 2025. Interested parties are required to provide vessel availability, specifications, pricing data, and company information, including business size status and potential subcontracting details, with responses due by March 19, 2025. For further inquiries, vendors may contact Tiffany Gallon at tiffany.gallon@navy.mil or Robbin A. Jefferson at robbin.jefferson@navy.mil.
    USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS Earl Warren (T-AO 207) through the Military Sealift Command in Norfolk. This procurement involves shipbuilding and repair services, focusing on non-nuclear ship repair as outlined under NAICS code 336611 and PSC code J999. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance of the vessel following its initial shakedown period. Interested parties can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or by phone at 757-802-6467, or Ian Keller at ian.l.keller.civ@us.navy.mil or 564-226-4861 for further details.
    3424 CELRC KENOSHA Tug Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Philadelphia District, is seeking sources for the replacement of the 3424 CELRC Kenosha Tug. This procurement aims to identify qualified contractors capable of providing the necessary shipbuilding and repairing services, as categorized under NAICS code 336611 and PSC code 1925 for special service vessels. The tug is essential for various operational tasks, underscoring its importance in maintaining the efficiency and effectiveness of military maritime operations. Interested parties should reach out to Michael J. Hunter at michael.j.hunter@usace.army.mil for further information regarding this sources sought notice.