23-DAY DRY CARGO TIME CHARTER
ID: N3220525R4072Type: Solicitation
AwardedMay 8, 2025
$5.5M$5,540,972
AwardeeWATERMAN TRANSPORT INC Mobile AL 36602 USA
Award #:N3220525P2080
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, specifically the Department of the Navy, is seeking proposals for a 23-day Dry Cargo Time Charter to transport military cargo. The contract requires a U.S. or foreign flag, self-sustaining vessel capable of carrying a minimum of 80,000 square feet or up to 160,000 square feet of military cargo, with a laden speed of 15 knots, from Beaumont, Texas. This procurement is crucial for the timely and efficient movement of military supplies, including wheeled and tracked vehicles, and is set to commence on June 1, 2025. Interested parties should submit proposals by April 23, 2024, and can contact Brandon Page at brandon.a.page.civ@us.navy.mil or Eric Hatcher at eric.n.hatcher2.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The U.S. Department of Labor's Wage Determination No. 2019-0288 outlines minimum wage rates and fringe benefits required for contracts subject to the Service Contract Act, particularly for services at U.S. Navy deep-sea vessels. Effective January 30, 2022, contractors must pay covered workers at least $17.75 per hour or, if applicable, the higher rate specified for their occupation. The determination details occupational classifications such as Master, Chief Engineer, and various levels of seamen, along with their respective wage rates, which vary significantly. Additionally, the document mandates fringe benefits, including health and welfare compensation, vacation time, and paid holidays, while also emphasizing compliance with Executive Orders regarding paid sick leave. The rate for health and welfare is $5.36 per hour, and contractors must furnish necessary uniforms at no charge. The document specifies a conformance request process for unlisted occupations and establishes guidelines for potential additional classifications and wage rates. This comprehensive framework ensures that federal contractors provide fair wages and benefits in line with federal regulations, promoting worker protections and compliance within the maritime sector.
    The document outlines the fuel pricing structure and consumption metrics for fiscal year 2025, specifically regarding DLA standard fuel prices. It details the costs related to various types of fuel, including Marine Gas Oil (MGO), which is priced at $1,068.87 per metric ton across all categories. The document categorizes fuel use into three main areas: fuel underway while laden, fuel underway while ballast, and fuel underway for auxiliary purposes, alongside fuel consumption while idle in port. The overall focus is on calculating total fuel consumption in metric tons per day, alongside the associated costs, forming an essential part of procurement strategies for government contracts involving fuel supply. This information is critical for managing federal and state-level funding concerning transportation and logistics within government operations, ensuring adherence to budgetary constraints while fulfilling operational needs.
    The U.S. Military Sealift Command Norfolk has issued a Request for Proposals (RFP) N3220525R4072 for vessels capable of transporting military cargo under simplified procedures per FAR 13.5. The solicitation seeks proposals for one self-sustaining U.S. or foreign flag vessel with a capacity for at least 80,000 SQFT of cargo, required to operate at a minimum speed of 15 knots. The charter is slated for 23 days, with laydays commencing on June 1, 2025, from Beaumont, TX, to Esbjerg, Denmark. Key details include adherence to specific FAR clauses, submission guidelines, and the requirement for contractors to meet additional conditions, such as providing supercargo and lashing gear. Proposals are due by April 23, 2025, with communication directed to designated contacts. The evaluation of proposals will focus on pricing based on the charter rate, fuel costs, and other pricing elements, with the contract intended to be awarded to the lowest-priced, technically acceptable offer. This document reflects the government's commitment to efficient military logistics and adherence to acquisition integrity while emphasizing the significance of compliance and detailed proposal submissions for interested offerors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    35-day Extension to Support Presidential Drawdown Authority (PDA) Requirements.
    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 cargo vessel under a Military Sealift Command (MSC) dry cargo time charter for an additional 35 days to support Presidential Drawdown Authority (PDA) requirements. The contract stipulates the need for a self-sustaining vessel capable of carrying a minimum of 228 Twenty-foot Equivalent Units (TEUs) while adhering to all applicable regulatory HAZMAT compatibility and segregation requirements. This vessel will be utilized for worldwide missions, with delivery at Military Ocean Terminal Sunny Point, NC, and redelivery in Nordenham, Germany. Interested parties can contact Leon G. Hazley at leon.g.hazley.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details.
    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.
    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.
    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.
    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 seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    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 and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    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.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    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.