55-DAY DRY CARGO TIME CHARTER
ID: N32205-SS-N351-24-132Type: Sources Sought
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 (MSC), is seeking market research responses for a 55-day dry cargo time charter to support the Strategic Sealift Program. This procurement aims to identify the availability and pricing of U.S. and foreign flag Roll-on/Roll-off (RO/RO) vessels capable of transporting military cargo, specifically tracked and wheeled vehicles, with delivery to Shuaiba, Kuwait, and redelivery to Charleston, SC. The information gathered will assist in ensuring effective capacity for future military logistical needs, emphasizing the importance of timely responses by October 3, 2024. Interested parties should contact Brandon Page at brandon.a.page.civ@us.navy.mil or call 757-390-6523 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command (MSC) is conducting market research for a 55-day dry cargo time charter to support the Strategic Sealift Program. This request for information (RFI) seeks details on the availability and pricing of both U.S. and foreign flag Roll-on/Roll-off (RO/RO) vessels capable of transporting military cargo, specifically tracked and wheeled vehicles, among others. Key specifics include the delivery port of Shuaiba, Kuwait, and the redelivery to Charleston, SC. The RFI solicits a comprehensive vessel description, daily charter rates, fuel consumption, usable deck space for military cargo, accommodation for supercargo, and information on the business size while encouraging large businesses to suggest subcontracting opportunities. The documentation is relevant to small businesses in compliance with federal acquisition regulations and emphasizes the importance of timely responses by 3 October 2024. This effort aims to streamline requirements and ensure effective capacity for future military logistical needs.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    85-day Dry Cargo Time Charter
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for an 85-day Dry Cargo Time Charter to support the Strategic Sealift Program. The procurement seeks U.S. or foreign flag Lift-On/Lift-Off vessels with a minimum capacity of 750 Twenty-foot Equivalent Units (TEUs) and specific operational requirements, including compliance with international maritime regulations and availability of necessary personnel. This charter is crucial for maintaining operational readiness and logistical support for military operations. Proposals are due by October 3, 2024, and interested parties can contact Eric Hatcher at 757-341-5471 or via email at ERIC.N.HATCHER2.CIV@US.NAVY.MIL for further details.
    Tanker Voyage Charter
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking proposals for a tanker voyage charter to transport a minimum of 11,000 barrels of clean product from Killingholme, U.K., to Akrotiri, Cyprus. The procurement requires a clean, approved U.S. or foreign-flagged double-hull tanker equipped with an inert gas system and segregated ballast tanks, adhering to stringent safety, operational, and environmental regulations. This contract is crucial for ensuring efficient logistical support for military operations, reflecting the government's commitment to maintaining high standards in maritime transportation. Interested parties must submit their proposals by October 3, 2024, and can contact Matthew Price at 757-443-3974 or via email at matthew.r.price40.civ@us.navy.mil for further information.
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from companies capable of providing a Fuel Delivery System (FDS) on commercial medium-range tankers to support U.S. Navy replenishment operations. The FDS must be designed to facilitate fuel transfer under various sea conditions and comply with Navy engineering standards, with operations anticipated to commence on February 2, 2026, and conclude by June 1, 2027. This initiative is crucial for enhancing the Navy's supply chain efficiency and operational readiness, emphasizing the importance of collaboration with qualified contractors in the maritime sector. Interested parties must submit their company information, relevant experience, and estimated costs by September 30, 2024, and can contact Jordan Schwaner or Stephanie Ricker for further details.
    Four US Flag Tugs for Naval Base Pearl Harbor, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking information for the potential charter of four U.S. flag tugs to support harbor operations at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement aims to fulfill specific maritime needs not currently met by existing government vessels, including towing, ship handling, pilot transfers, and emergency support during maritime incidents. These tugs must be operational 24/7, capable of a bollard pull of 100,000 lbs forward, and possess a minimum operational range of 500 nautical miles, reflecting the government's commitment to maintaining maritime readiness. Interested parties are required to submit their company details, financial capabilities, estimated rates, and vessel specifications by September 30, 2024, and can contact Oluseyi Bisiriyu at oluseyi.o.bisiriyu.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker1@navy.mil for further information.
    Sources Sought - USNS GUADALUPE - FY25 ROH / DD
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Contracting Office, is seeking eligible businesses for the Regular Overhaul (ROH) and Dry-Docking (DD) of the USNS GUADALUPE (T-AO 200), with work anticipated to commence around June 1, 2025, and lasting approximately 100 days. The procurement includes major tasks such as general services, tank and void cleaning, steel repairs, maintenance on the propeller system, and underwater hull cleaning, all of which must be performed at the contractor's facility on the West Coast. This opportunity emphasizes the inclusion of small businesses, particularly Service-Disabled Veteran-Owned, HUBZone, and Certified 8(a) firms, and requires interested parties to submit a capabilities package by October 10, 2024, to assist in tailoring the government's requirements. For further inquiries, interested vendors can contact Caren Edanol at caren.l.edanol.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil, with the anticipated contract award date set for April 2, 2025.
    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 seeking qualified sources for a contract focused on providing technical support services for Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes maintenance, inspection, repair actions, parts procurement, and logistical support for a variety of equipment utilized on MSC vessels and other government-owned ships. This equipment is critical for operations in storage and handling across various environments, including warehouses and aboard ships, ensuring compliance with safety and operational standards. Interested suppliers are encouraged to submit a capability statement detailing their qualifications and relevant experience to Alesha Ray at alesha.j.ray.civ@us.navy.mil or Kourtney Brooks at kourtney.k.brooks.civ@us.navy.mil, with the anticipated NAICS code being 811310 and a size standard of $12.5 million. This request is for information only, and no formal solicitation is currently available.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    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.
    USNS Kanawha ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and overhaul of the USNS Kanawha under the contract titled "USNS Kanawha ROH/DD." This procurement involves significant shipbuilding and repairing services, with the period of performance set from February 13, 2025, to May 24, 2025, and an extended solicitation period until October 8, 2024. The services are crucial for maintaining the operational readiness of naval vessels, ensuring they meet safety and performance standards. Interested contractors can reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or Marcin Krauze at marcin.krauze@navy.mil for further details regarding the solicitation and requirements.
    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.