90-Day Dry Cargo Time Charter, with three 90-Day Options
ID: N3220525R4001Type: 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 seeking proposals for a 90-day dry cargo time charter with three optional extensions for a self-sustaining vessel capable of carrying a minimum of 800 TEUs. The vessel must comply with hazardous material regulations and meet specific size and speed requirements, including a maximum length of 825 feet and a minimum laden speed of 13 knots. This procurement is critical for supporting national defense operations, ensuring the timely and safe transportation of goods. Interested parties must submit their proposals by October 17, 2024, and can direct inquiries to Jordan Johnson at jordan.a.morrison5.civ@us.navy.mil or by phone at 757-341-5427.

    Files
    Title
    Posted
    The document outlines the federal government's fuel pricing framework for fiscal year 2024, specifically focusing on the Defense Logistics Agency's (DLA) standard fuel prices for maritime operations. It details fuel categories including "Underway (laden)", "Underway (ballast)", and "In Port Idle", with each category priced at $1,299.04 per metric ton for Marine Gas Oil (MGO). The total costs for various fuel usages are noted, but current expenditures for each category are reported as $0.00, indicating that no fuel has been consumed or billed at this time. The information is structured in a tabulated format, emphasizing clarity for users involved in procurement or budget planning related to fuel requirements for military or maritime operations. Overall, this document serves as a critical reference for understanding the pricing and management of fuel resources within the context of federal contracts and grants for operational readiness.
    The Military Sealift Command Norfolk has issued RFP N3220525R4001 for the acquisition of two firm-fixed-price contracts for vessels capable of meeting specific transportation needs, following FAR Part 12 and FAR 15 Contracting by Negotiation guidelines. Proposals are sought for self-sustaining U.S. or foreign-flag vessels with the capacity to carry a minimum of 800 TEUs, adhere to hazardous material regulations, and meet defined size and speed specifications. The charter will be for a base period of 90 days starting 02 February 2025, with options for three extensions. Key conditions include strict health and safety provisions for crew during port visits, requirements for supercargo, and necessary documentation for vessel compliance. The procurement also emphasizes a classified requirement, necessitating security measures for contractor personnel, and outlines various evaluation criteria, including price and technical compliance. The government aims to smooth the bidding process through SAM.gov, where all relevant notices and amendments are posted. This solicitation reflects the critical operational needs of the Military Sealift Command in support of national defense objectives.
    The government document provides the Offeror Representations and Certifications for Commercial Products and Services, establishing required disclosures under federal guidelines. It mandates that Offerors complete specific certifications based on their status in the System for Award Management (SAM), differentiating between those who have and haven’t registered their representations. Key definitions include terms like ‘Economically Disadvantaged Women-Owned Small Business’ and ‘Service-Disabled Veteran-Owned Small Business,’ highlighting eligibility criteria for federal contracting. The provision outlines responsibilities related to labor standards, compliance with federal regulations, the prohibition of contracting with certain entities, and specifics about manufacturing and sourcing. It also addresses environmental considerations, including greenhouse gas emissions, alongside certifications regarding federal tax liabilities and past infractions. The intent is to ensure transparency and accountability in federal contracting, aligning with small business programs and promoting fair competition while safeguarding federal interests. Overall, this document facilitates adherence to legal requirements, ensuring that offerors comply with various conditions necessary for bidding on federal contracts.
    The document outlines Wage Determination No. 2019-0288 under the Service Contract Act, detailing required minimum wage rates for government contracts related to U.S. Navy deep-sea vessel services. It specifies that contracts initiated after January 30, 2022, necessitate a minimum wage of at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require $12.90 per hour unless otherwise stated. The determination applies to various coastal U.S. ports and provides wage rates for numerous occupations, which range from Master ($89.53) to Ordinary Seaman ($12.72). It emphasizes compliance with fringe benefits, health, welfare provisions, and the process for additional classification requests (SF-1444) for unlisted job roles. The document also imposes requirements for paid sick leave under Executive Order 13706 and details the conditions for uniform allowances. These guidelines are essential for contractors engaged in service contracts, ensuring worker protection and fair compensation. Overall, it illustrates the federal government's commitment to enforcing labor standards and protecting workers’ rights in service contracts.
    Similar Opportunities
    Transport Vessel for Personnel and Stores (Pearl Harbor)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on a U.S. flagged, Jones Act qualified transport vessel for personnel and cargo transfer in the Hawaiian Islands, specifically around Pearl Harbor. The vessel must meet specific requirements, including a minimum length of 90 feet, sewage capacity for 44 personnel, a transit speed of 15 knots, and the ability to operate safely in seas up to 8 feet, supporting operations for the U.S. Pacific Fleet. This opportunity is crucial for facilitating personnel and supply transfers to Ohio Class submarines, with a performance period from November 24, 2024, to November 23, 2025, and an option to extend until October 23, 2026. Interested contractors must submit detailed specifications, company information, and estimated costs by October 17, 2024, and can contact Samantha Wooton at samantha.r.wooton.civ@us.navy.mil or Reah Norris at reah.d.norris.civ@us.navy.mil for further inquiries.
    Support Ship for Naval Surface Warfare Center – Panama City
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking responses for a Sources Sought Notice (SS-25-001) to procure one U.S.-flagged, Jones Act vessel to support operations at the Naval Surface Warfare Center in Panama City, Florida. The vessel will be utilized for various at-sea operations, including mine deployment and recovery, towing vehicles, supporting remotely operated vehicle (ROV) operations, and monitoring activities, requiring specific operational capabilities such as minimum draft and beam, high transit speeds, and sufficient deck space. This procurement is crucial for enhancing national defense efforts through maritime support capabilities, with the performance period set from November 13, 2025, to November 12, 2026, and options extending through October 2030. Interested companies must submit detailed information regarding their capabilities and costs by the response deadline of October 23, 2024, and can contact Samantha Wooton at samantha.r.wooton.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further inquiries.
    Long Term Vessel Storage (110-Ft Length)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors capable of providing long-term dry storage for three ex-U.S. Coast Guard 110-ft vessels. The procurement involves towing the vessels from the USCG Yard in Baltimore, MD, to a secure storage location within 150 miles, lifting them onto cradles, shrink-wrapping, and storing them in a secured area with video surveillance, starting approximately in March 2025 for an estimated duration of one year or more. Interested parties are encouraged to submit their capabilities, including daily storage rates, haul-out rates, and tow fees, to the designated contacts, Micha Wisniewski and Ilvin Soto, via email. This sources sought notice is for market research purposes only, and no solicitation is currently available.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    World Fleet Register Data for USACE Waterborne Commerce Statistics Center
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a firm-fixed price contract to obtain comprehensive data on commercial vessels for its Waterborne Navigation Program. The primary objective is to gather detailed vessel information, including specifications such as vessel type, dimensions, and operational status, which will aid in evaluating waterway improvements critical for both domestic and foreign trade. This initiative emphasizes the importance of accurate vessel databases to enhance decision-making in waterway management, ensuring efficient navigation and trade operations. Interested parties must submit their proposals, including technical details and pricing, by October 21, 2024, and all inquiries should be directed to David A. Kaplan or Quan Nguyen via email.
    FORD-class Dry Docking Capability Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Program Executive Office Industrial Infrastructure (PEO II), is seeking information regarding the construction and operation of a FORD-class dry docking capability on the West Coast of the United States, specifically in California, Oregon, Washington, or Hawaii. The Navy aims to establish a dry dock that can accommodate FORD-class aircraft carriers and other Navy vessels for scheduled maintenance and emergent repairs, with specifications including a length of 1,210 feet, a width of 210 feet, and a docking displacement of 100,000 long tons. This initiative is crucial for enhancing the Navy's maintenance capabilities and may involve a public-private partnership where a commercial entity would build, own, and operate the dry dock, while also allowing for commercial use when not servicing Navy vessels. Interested parties are encouraged to submit their responses and inquiries to Majella Stevenson at majella.d.stevenson.civ@us.navy.mil or Anthony O'Rourke at anthony.c.orourke.civ@us.navy.mil, with no specific deadline mentioned for submissions.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit proposals for the operation and maintenance of four Multi Mission Surface Combatants (MMSC) during a 14-month Post Delivery period. The procurement aims to secure a Professional Mariner (PM) Crew, augmented by a detachment from NSWC-PHD, to ensure safe navigation, equipment maintenance, and overall upkeep of the vessels during both in-port and at-sea operations. This initiative is critical for the operational readiness of the MMSC, which are part of a Foreign Military Sales program for the Kingdom of Saudi Arabia, emphasizing the importance of effective ship management and crew training. Interested parties should submit requests for additional information by November 15, 2024, and provide feedback on the draft Statement of Work by November 22, 2024. For inquiries, contact Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil.
    USNS LEWIS AND CLARK LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is soliciting proposals for the USNS Lewis and Clark lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, industrial assistance, planning, and material procurement. This procurement is crucial for ensuring the operational readiness and maintenance of naval vessels, with the work to be conducted at locations on the US East, Gulf, or West Coast. Interested small businesses are encouraged to reach out to primary contact Damian Finke at damian.w.finke.civ@us.navy.mil or 564-226-1277, or secondary contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232 for further details.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is conducting a Sources Sought Notice to identify qualified contractors for maintenance, inspection, and repair services related to Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes comprehensive support services such as parts procurement, diagnostics, and compliance with safety regulations, ensuring that contractors can independently perform essential services aboard naval vessels. This opportunity is critical for maintaining operational readiness and logistical support for naval operations, with a focus on quality assurance and adherence to technical standards. Interested parties must submit a capability statement detailing their qualifications and past performance by November 1, 2024, to the primary contact, Alesha Ray, at alesha.j.ray.civ@us.navy.mil, or the secondary contact, Kourtney Brooks, at kourtney.k.brooks.civ@us.navy.mil.
    Voluntary Tanker Agreement (VTA)
    Active
    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.