DRY CARGO VOYAGE CHARTER - HEAVY LIFT
ID: N3220525R6020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSCHQ 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 Dry Cargo Voyage Charter to transport four AVENGER CLASS Mine Countermeasure vessels. The contract requires a firm-fixed-price for a Float-On/Float-Off (FLO/FLO) vessel, with specific handling requirements due to the cargo's construction, and prohibits Lift-On/Lift-Off (LO/LO) options. This procurement is critical for ensuring the safe and efficient transportation of naval assets, with loading scheduled at Naval Support Activity, Bahrain, between September 22-29, 2025, and discharge at the Navy Inactive Ship Maintenance Facility in Philadelphia, PA. Interested offerors must submit their proposals by August 26, 2025, at 1100 Eastern Time, and are encouraged to contact Matthew Price or Eric Hatcher for further details and clarification on submission requirements.

    Files
    Title
    Posted
    RFP N3220525R6020, issued by Military Sealift Command Norfolk, has been re-opened with Amendment 0002. Previously submitted offers must be reaffirmed or resubmitted, and new offers must be complete. All submissions are due by August 26, 2025, at 1100 Eastern Time. The government intends to award a contract without discussions, so offerors should submit their best terms initially. Offerors must also contact MSC Contracting for cargo packing lists and technical drawings essential for stow plans and transportation manuals. Key amendments include updated load port details for Naval Support Activity, Bahrain, with available load dates from October 1, 2025, to January 31, 2026. Laydays require a 3-day window within this period, with cargo being "last-on first-off." Post-award planning meetings for the final transport manual are mandated between September 23-26, 2025, requiring contractor-provided load masters and IMS. Vessel position reports, upon award, must be sent to a comprehensive list of specified email addresses. All other terms and conditions remain unchanged.
    This document is a Request for Proposal (RFP N3220525R6020) issued by the Military Sealift Command Norfolk, Strategic Sealift Program Support Office, on July 25, 2025. It seeks proposals for a firm-fixed-price contract for one Float-On/Float-Off (FLO/FLO) vessel to transport four AVENGER CLASS Mine Countermeasure (MCM) vessels (USS SENTRY, USS DEVASTATOR, USS GLADIATOR, USS DEXTROUS). The cargo has specific dimensions and requires careful handling due to its construction, prohibiting Lift-On/Lift-Off (LO/LO) options. The vessel will load at Naval Support Activity (NSA), Bahrain, between September 22-29, 2025, and discharge at the Navy Inactive Ship Maintenance Facility (NISF), Philadelphia, PA. Key requirements include providing cradle, cribbing, blocking, and seafastening; ensuring U.S. citizen crew (if U.S. flag) conversant in English; and submitting a Transport Manual in accordance with the U.S. Navy Towing Manual. The RFP emphasizes avoiding transit through the Red Sea and Bab al-Mandab Strait and includes various FAR and DFARS clauses governing the acquisition, particularly those related to commercial products and services, small business concerns, and prohibited foreign procurements.
    The document is an amendment notice from the Military Sealift Command Norfolk, specifically from the Strategic Sealift Program Support Office, addressed to potential offerors. It pertains to Request for Proposal (RFP) N3220525R6020, originally issued on 25 July 2025. This amendment updates the offer due date to Wednesday, 06 August 2025, at 1400 Eastern Time. No other terms or conditions of the original RFP are altered. Signed by Contracting Officer Nic Hatcher, the notice serves to inform and guide potential contractors regarding the submission timeline for their proposals under this federal program. This adjustment reflects routine administrative practices in government procurement processes, ensuring clarity and compliance for all participating vendors.
    The Military Sealift Command Norfolk has issued a Sources Sought Notice regarding RFP N3220525R6020 for proposals on transportation services involving a Float-On/Float-Off (FLO/FLO) vessel. This acquisition under FAR 13.5 aims to procure one vessel capable of loading and transporting four AVENGER CLASS Mine Countermeasure vessels from Naval Support Activity in Bahrain to the Navy Inactive Ship Maintenance Facility in Philadelphia. The proposal deadline is set for August 5, 2025. Specific requirements include vessel specifications, operational and safety documentation, and compliance with U.S. Navy protocols. Offerors must ensure the vessels are gas-free and provide compliant documentation and certifications. Furthermore, provisions are in place for the crew and independent maritime oversight during operations. Key operational points include specific loading and discharge windows, alongside clear directives regarding cargo safety and environmental regulations. The notice emphasizes the importance of timely proposal submissions due to potential email delays and mandates adherence to certain regulatory standards during the transportation process. The successful bid will culminate in a firm-fixed-price contract, reflecting the government's rigorous standards for maritime operations and logistical support.
    The "MSC DRYVOY 2024 (Rev. 1 (12-24))" document is a revised Request for Proposals (RFP) for a Dry Cargo Voyage Charter issued by the Military Sealift Command. This revision, effective December 2024, incorporates Class Deviations 2025-O0003 and 2025-O0004, updating various Federal Acquisition Regulation (FAR) clauses, including those related to offeror representations, commercial product terms and conditions, and sustainable products and services. The document outlines the structure of the Charter Party, consisting of the SF 1449 and Parts I through IX, and emphasizes that the contract terms control in case of inconsistencies with an offeror's proposal. Key aspects covered include detailed provisions for freight, demurrage, detention, cargo handling, port operations, and laytime, along with comprehensive requirements for vessel condition, regulatory compliance, and crew. It also details procedures for invoicing, disputes, and termination, ensuring clear guidelines for all parties involved in the charter of dry cargo vessels.
    This government file is a Wage Determination (No. 2019-0288, Revision No. 23) issued by the U.S. Department of Labor, Wage and Hour Division, effective July 8, 2025. It outlines wage rates and benefits for service contracts under the Service Contract Act, specifically for deep-sea vessel services on U.S. Navy contracts in various coastal states and territories. The document details applicable minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), which vary depending on the contract award date. It specifies fringe benefits, including health & welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. The determination also addresses uniform allowances and provides detailed job descriptions for various maritime occupations not typically found in the Service Contract Act Directory of Occupations, such as Master, Chief Engineer, and Able Seaman. Furthermore, it includes a conformance process (SF-1444) for classifying unlisted occupations, ensuring fair compensation. This document is crucial for contractors bidding on or managing federal service contracts, ensuring compliance with labor laws and fair compensation for employees.
    The document outlines Wage Determination No. 2019-0288 under the Service Contract Act, specifying minimum wage rates and fringe benefits for employees working on U.S. Navy contracts involving deep sea vessels. It distinguishes wage rates based on contract dates and compliance with Executive Orders 14026 and 13658, mandating minimum hourly wages of $17.75 and $13.30, respectively, for various classifications of maritime workers. The wage rates for specific occupations, ranging from Master to Ordinary Seaman, are detailed, alongside the requirement for fringe benefits such as health and welfare ($5.55 per hour) and vacation entitlements. Compliance with additional worker protections under Executive Order 13706, which stipulates paid sick leave for federal contractors, is also outlined. The document includes a conformance process for unlisted job classifications and extensive descriptions of various maritime roles, such as duties and responsibilities of crew members. Overall, this wage determination ensures fair compensation and compliance with labor regulations for workers engaged in government contracts related to maritime services, emphasizing the federal government's commitment to maintaining labor standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    180-day Special Time Charter w/ One 180-day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting market research for a 180-day special time charter with an option for an additional 180 days, seeking up to six Roll-on/Roll-off (RO/RO) vessels. These vessels must possess specific capabilities, including a combined capacity of at least 15,000 square feet, the ability to transport rolling stock and sensitive items such as ammunition and weapons, and meet stringent operational requirements such as beaching capability and a 5,000 nautical mile unrefueled range. Interested parties are required to submit detailed vessel specifications, pricing, and company information by December 8, 2025, at 11:00 PM Eastern Time, with Matthew Price serving as the primary contact for inquiries.
    VOYAGE CHARTER
    Buyer not available
    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.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Buyer not available
    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.
    East Coast Tanker Time Charter (Extended Term)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a Tanker Time Charter (Extended Term) as part of a Sources Sought notice. The procurement aims to evaluate options for an existing charter contract, specifically for one clean, U.S. flagged, Jones Act compliant, double hull tanker to transport clean petroleum for the Defense Logistics Agency (DLA) worldwide. Key requirements include a one-year base period with an eleven-month option, delivery in the Gulf of Mexico by January 9, 2026, and specific vessel characteristics such as a minimum capacity of 310,000 BBLs for various jet fuels and an age limit of less than twenty years. Interested parties must submit their company and vessel information, including daily rates, by December 11, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further details.
    DRY CARGO TUGCON
    Buyer not available
    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.
    Tanker Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a clean, approved double-hull tanker capable of transporting a minimum of 240,000 barrels of JA1 fuel. The vessel must meet specific requirements, including an Inert Gas System (IGS), Segregated Ballast Tanks (SBT), and adhere to defined dimensions, with a maximum length overall of 200 meters and a deadweight tonnage of 50,000 MT. This procurement is critical for ensuring the safe and efficient transportation of fuel along the route from Onsan, Korea, to Mesaieed, Qatar, and Sitra, Bahrain, with laydays scheduled for January 7-8, 2026. Interested parties should submit their proposals and detailed vessel information to the primary contact, Brandon Page, at brandon.a.page.civ@us.navy.mil, or reach out to the secondary contact, Eric Hatcher, at ERIC.N.HATCHER2.CIV@US.NAVY.MIL, for further inquiries.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.
    35-day Extension to Support Presidential Drawdown Authority (PDA) Requirements.
    Buyer not available
    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.
    L019 - Safe Haven lay/docking services.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    USNS CODY (T-EPF 14) ROH/DD FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Regular Overhaul and Dry Docking (ROH/DD) of the USNS CODY (T-EPF 14) for fiscal year 2026. This procurement involves shipbuilding and repair services, which are critical for maintaining the operational readiness and longevity of naval vessels. Proposals must be submitted by December 12, 2025, at 10:00 AM EST, and interested parties can reach out to Maria Rowlands at maria.a.rowlands.civ@us.navy.mil or by phone at 564-226-1429 for further information.