Military Sealift Command VERTREP Pacific Detachment B
ID: N10225R4048Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Nonscheduled Chartered Freight Air Transportation (481212)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR FREIGHT (V111)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking vendors to provide Vertical Replenishment Services (VERTREP) for its Pacific Detachment Bravo (B), primarily based in Guam. The procurement requires a contractor to supply two helicopters, along with qualified personnel and necessary equipment, to support year-round logistical operations for U.S. Navy and partner nation ships globally. This initiative is crucial for maintaining operational readiness and logistical support in various maritime environments, particularly under heightened security conditions. Interested vendors must submit capability statements by March 12, 2025, to Jim Ellis at james.p.ellis54.civ@us.navy.mil, with the NAICS code for this opportunity being 481212 and a size standard of 1,500 employees.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the U.S. Pacific Fleet VERTREP Detachment Bravo (PAC Det B) contract, aimed at providing ship-based helicopter logistical and vertical replenishment services for U.S. Navy and partner ships globally. The contractor is responsible for providing two helicopters, staffing with pilots and maintenance personnel, and necessary support equipment for 365-day operations. Key components include firm-fixed pricing for daily operations, flight rates, maintenance requirements, and regulatory compliance with FAA and DoD standards. The contract's duration is five years, consisting of one base period and four consecutive one-year options. Detachment operations will predominantly take place aboard Combat Logistics Force ships based in Guam, with capabilities to perform missions under various conditions, including heightened security environments. Maintenance and operational readiness are critical, with detailed procedures for inspections, reports, and equipment management outlined. Compliance with safety and quality standards, as well as appropriate certifications, is mandatory. The document emphasizes that all actions must adhere to logistical and operational plans, ensuring readiness and safety in military aviation operations.
    The Military Sealift Command (MSC) has released a market survey for acquiring Vertical Replenishment Services (VERTREP) for its Pacific Detachment Bravo (B). This initiative seeks vendor capabilities in providing helicopter logistical support to U.S. Navy and partner nation ships globally. The contractor must offer a two-helicopter detachment, including support personnel and all necessary equipment for year-round operations. Potential vendors are invited to submit capability statements detailing their qualifications, experience with similar contracts, and compliance strategies for federal regulations, along with other specific information about their helicopter models and operational history. The primary objective is to gather insights for procurement strategy development, including the consideration for small business set-asides. Responses should be submitted by March 12, 2025, via email to the designated contracting officer. The NAICS code for this requirement is 481212, and the size standard is 1,500 employees. This market survey is strictly for information purposes and does not constitute a formal solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Military Sealift Command VERTREP Pacific Detachment A
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify vendors capable of providing Vertical Replenishment Services (VERTREP) for the Pacific Detachment Alpha. The procurement requires the contractor to supply a two-helicopter detachment, along with a qualified team of pilots and maintenance personnel, ensuring compliance with military regulations and operational readiness throughout the year. This service is critical for logistical support to U.S. Navy vessels and partner nations, enhancing maritime operational capabilities. Interested parties must submit their responses, including organizational details and aircraft specifications, by 5:00 PM on March 12, 2025, to Mr. Jim Ellis at james.p.ellis54.civ@us.navy.mil.
    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.
    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.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    49--NRP,CHERRY PICKER A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of new manufacture spare parts, identified as the "49--NRP, CHERRY PICKER A." This contract requires the delivery of critical materials essential for a shipboard system that supports the launch and recovery of aircraft, emphasizing the importance of compliance with stringent quality assurance and inspection standards. Interested vendors must submit their proposals, which will be evaluated based on lead time, price, past performance, and capacity, by 2:00 PM EST on the specified closing date. For further inquiries, potential bidders can contact Brian T. Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL.
    SURTASS-E Long Term
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking information through a sources sought notice (N32205-SS-25-037) to evaluate the feasibility of chartering a vessel capable of towing a passive acoustic monitoring system for U.S. Navy operations. Interested vendors are required to provide details about a U.S. or foreign-flagged vessel that can operate globally, maintain consistent towing speeds of 4-6 knots for up to 60 days, and ensure heading stability, along with information on vessel classification, readiness timeline post-award, personnel accommodations, and associated costs. This procurement is crucial for supporting military operations and ensuring compliance with security and safety regulations, with a period of performance set for 334 days starting from March 31, 2025. Vendors must submit their detailed responses by February 27, 2025, and can direct inquiries to Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    USNS ARCTIC BOOKCELLS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of specialized cargo and tanker vessels under the solicitation N3220525Q2198. This opportunity involves a firm-fixed price purchase order with a required delivery date of May 19, 2025, at a location in Norfolk, Virginia. The vessels are critical for maritime operations, and the procurement process emphasizes technical capability and pricing competitiveness, ensuring compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM on February 25, 2025, and can direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Helicopter, CH-53E Super Stallion; FORWARD HOUSING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 21 units of the CH-53E Super Stallion helicopter's forward housing, identified by NSN 2915-016700130. This procurement is classified as an unrestricted contract and is critical for maintaining the operational capabilities of military aviation, although it is not categorized as a Critical Safety Item. Interested vendors must submit their proposals to Jenier Mitchell via email by the solicitation issue date, expected on or about February 12, 2025, and are encouraged to utilize the DLA Internet Bid Board System for further details. Past performance will be evaluated as part of the selection process, and no paper copies of the solicitation will be provided.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting bids for the mid-term availability of the USNS Robert E. Peary (T-AKE 5), scheduled from July 5, 2025, to August 27, 2025, at locations along the East and Gulf coasts of the United States. This procurement is specifically set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services required are critical for maintaining the operational readiness of the vessel, ensuring it meets the Navy's standards for performance and safety. Interested parties should direct inquiries to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.