The "MSC TANKTIME 2024" Request for Proposals (RFP) is a solicitation for offers to charter tanker vessels for the Military Sealift Command. This document outlines the terms and conditions for a Tanker Time Charter, including a base period of one year with multiple option periods, for operations primarily in the Western Pacific/Sea of Japan. Key requirements include detailed vessel specifications, cargo arrangements, and fuel consumption data. The RFP also addresses critical aspects such as inspection protocols, excusable delays, invoicing, payment terms, and extensive warranty provisions covering vessel condition, regulatory compliance, crew qualifications, and fuel/speed performance. It emphasizes adherence to U.S. and international maritime regulations, including pollution prevention and safety, and outlines specific reporting requirements and procedures for cargo handling. The document incorporates various FAR and DFARS clauses, highlighting the comprehensive legal and operational framework for this government contract.
The N351B Tanker Project Office requires a clean, double-hull tanker to transport Defense Logistics Agency - Energy fuels across the INDOPACOM AOR. The vessel must be USCG approved, capable of carrying at least 240,000 BBLs of clean petroleum products (JP5, JP8, JAA, JA1, or F76) without exceeding a 12.8-meter laden draft, and have a maximum LOA of 190 meters and DWT of 50,000 MT. Key features include an Inert Gas System, Segregated Ballast Tanks, a 10-Ton boom/crane, three segregations with double valve isolation, and the ability to machine-wash cargo tanks underway. The tanker must perform cargo operations at offshore facilities, anchorage, and underway via CONSOL and FDS. It must maintain a minimum Speed of Advance of 13 knots in moderate weather while laden and provide at least 12 berths for government personnel. Contractors must provide a passing SIRE inspection, Certificates of Quality for the last three cargoes (with specific testing for Naphtha/Condensates, Gasoline, and FAME), and within 30 days of award, a delivery schedule/progress chart and QMS Certification (ISO 9001 compliant). The vessel must be clean, gas-free, and undergo internal tank inspection by a Certified Marine Chemist prior to loading government cargo. Cargo tanks must be compatible with intended cargo per MIL-STD-3004-1 and Energy Institute HM 50. Reporting requirements include position/status reports, monthly voyage abstracts, fuel oil reports (NEURS), and estimated port expenses. Key contact information for contracting and operational questions is provided.
This document outlines guidelines for determining off-hire percentages charged to a Contractor for failing to meet readiness standards under a Charter Party. These guidelines, while not strictly binding, cover various readiness issues and their corresponding percentage deductions. The Government acknowledges difficulties faced by the Contractor in transporting repair parts, personnel, and service representatives. The Contracting Officer retains the right to adjust off-hire determinations based on specific circumstances, ensuring equitable results in accordance with Admiralty Law and Custom of the Trade practices. Key areas for deductions include propulsion failures (100% for inability to sail, percentage decrease in warranted speed for restrictions), USCG/other authority sailing or cargo restrictions (100% for sailing, percentage of cargo unable to work for cargo), cargo pumps, inert gas systems, failure to maintain a stable platform (100%), and inability to provide CONSOL support (10-50% depending on stations lost and duration). Duration factors are also applied for reduced readiness percentages in certain casualty scenarios. For actual lost time, the actual time lost determines off-hire.
Attachment 06 of RFP N3220526R0005 outlines the basic pricing data and fuel consumption for vessel charter services, specifying costs for a Base Period and four Option Periods. The pricing structure details expenses related to crew (wages, training, victualling, transportation, other), vessel operations (maintenance, lubricants, surveys, equipment, capitalized costs, depreciation, other), insurance (protection and indemnity, hull and machinery premia and deductibles), general and administrative expenses, and profit. Daily costs are calculated based on a 365-day year for the Base Period, Option Periods Two and Three, a 366-day year for Option Period One, and a 334-day year for Option Period Four, with adjustments for assumed off-hire days. The document also provides fuel consumption data, including fuel types, estimated consumption in barrels per day for various operational states (underway, auxiliaries, in-port), conversion factors from barrels to metric tons, and standard prices from the Defense Logistics Agency - Energy (DLA-E) for MGO/MDO, IFO-180, and IFO-380. Offerors are instructed to provide their vessel's fuel consumption in barrels per day, aligning with specified
This DD Form 254 outlines the security classification specifications for the WPAC #2 Request for Proposal (RFP), N32205-26-R-0005, due December 30, 2025. It mandates a Secret-level facility security clearance and safeguarding for classified information, primarily involving a U.S. Flag double hull tanker operating in the Far East. The contractor will require access to and will generate classified information, including COMSEC and Controlled Unclassified Information (CUI). Specific personnel, including corporate officers and key vessel staff, must possess Secret clearances and undergo Counterintelligence Awareness and Reporting training. The contract emphasizes adherence to various security regulations, including the National Industrial Security Program Operating Manual (NISPOM), and outlines stringent requirements for handling, storing, and destroying classified and CUI data. Public release of information is restricted and requires approval from the Military Sealift Command, Public Affairs Office. The Military Sealift Command (MSC) is the contracting activity, responsible for security inspections and guidance.
This contract addendum outlines Force Protection (FP) requirements for vessels under Military Sealift Command (MSC) operational control. Key areas include mandatory signage, adherence to a Vessel Security Plan (VSP), and specific security equipment such as Hull Perimeter Lighting, Closed Circuit TV (CCTV), and Intrusion Detection Systems (IDS). The document details security watch requirements, including the roles of the Force Protection Officer (FPO), Mate-On-Watch (MOW), Gangway Watch, and Roving Patrol. It also specifies the composition and training of the Security Reaction Force (SRF), small arms handling, and the provision of Government Furnished Property (GFP) like Ready Service Lockers. The addendum further addresses Embarked Security Teams (ESTs), Contract Security Teams (CSTs), Counter Unmanned Aerial Systems (C-UAS) capabilities, and comprehensive security training requirements, including annual drills and exercises, with detailed periodicity and responsibilities for various crew members.
This document outlines the comprehensive Chemical, Biological, Radiological, and Nuclear Defense (CBRN-D) requirements for contractors operating vessels. Key provisions include the government providing CBRN-D equipment, with the contractor responsible for inventory, maintenance, and requesting replacements. Contractors must designate a trained CBRN-D Officer, distinct from the Master, to oversee crew training, conduct annual inventories, and ensure compliance with CBRN-D doctrine. The document details specific CBRN decontamination station requirements, the Counter Measure Water Wash Down System (CMWWDS), and a comprehensive list of medical countermeasures, including storage, handling, and disposal protocols. Annual and quarterly crew training and drills are mandated to ensure preparedness. All associated costs for CBRN-D compliance, including officer training and space reconfiguration, must be integrated into the contractor's per diem rate. This ensures vessels are equipped and personnel are trained to respond to CBRN threats.
This document outlines the standard plan for the design and construction of a Chemical, Biological, Radiological (CBR) Contamination Control Area/Decontamination Station (CCA/DS) for ships. It details functional arrangements, material requirements, and installation guidelines to support a two-cutter operated CCA. Key requirements include direct access from the weather deck with a separate exit into the ship, watertight electrical systems, negative-sloped drains directly overboard, and specific fresh or saltwater supply pressures for showers. The document also specifies intercom systems, emergency lighting with blackout capabilities, and construction standards adhering to ABS and USCG rules, including 100% fillet welds and smooth, sealed interior surfaces to prevent contaminant pocketing. Specific materials like CRES 316 diamond plate for decking and red plastic engraved labels for various areas are mandated. The plan also lists required equipment such as hands-free intercoms, faucets, portable stools, boot washes, and sprinkler systems, ensuring a comprehensive and compliant decontamination station.
This document outlines the comprehensive requirements for a Shipboard Security System (SSS) for vessels. The SSS must integrate Hull Perimeter Lighting (HPL), Closed Circuit TV (CCTV), an Intrusion Detection System (IDS), and an Audible Warning System (AWS). Key specifications include 24-hour video recording, hull waterline lighting providing 5 foot-candles of illumination, and a CCTV system designed for maximum coverage of all access points and restricted areas, monitored from the gangway or bridge. The IDS will use motion sensors linked to the CCTV, triggering an audible alarm and displaying the alarmed area. A portable AWS capable of 85 DB at 500 yards, with recording and hailing capabilities, is also required. Furthermore, these security measures and crew responsibilities for monitoring and alarm response must be incorporated into the ship's security plan.
This document outlines detailed requirements for equipping vessels with Refueling at Sea (CONSOL only) capabilities, specifically focusing on the installation and testing of two RAS receiving stations. Key requirements include the ability for simultaneous transfer of two different fuel products, precise placement of stations on the starboard side, and adherence to specific CONSOL drawings and NAVSEA standards for rigging, fittings, and structural components. The document specifies design criteria for risers to withstand significant pull loads and mandates comprehensive testing of all attachment points and components. Additionally, it requires detailed rigging drawings, night lighting with specified illumination levels, and a messenger pull system. All designs and pre-existing stations must undergo review and approval by Military Sealift Command (MSC) and Naval Surface Warfare Center, Port Hueneme Division (PHD) to ensure compliance and safety.
This attachment outlines the specifications for a Fuel Delivery Station (FDS) as part of a contract award, including a separately priced option for vessel modification. The FDS option, if exercised by the Government, will fund the installation of a STREAM delivery station on the port side of a vessel in the Far East Region within 12 months, during which the vessel remains on-hire. The FDS must be a double hose probe rig with specific equipment for rigging and control, adhering to NTTP 4-01.4, Chapter 2 procedures. Key technical requirements include spanwire breaking strengths (e.g., at least 35,000lbs for couplings, 47,400lbs for 19mm uncoated wire), a passive safety device to prevent spanwire parting, and electrical compliance with IEC60533. The system must be designed for personnel safety and equipment protection during casualty modes, with safe-fail mechanisms. Operational ranges are defined for horizontal (80-180ft, max 200ft) and vertical working, with continuous operation up to Sea State 5. Rated loads for winches (spanwire: 14,330-15,500lbs, saddle: at least 4,000lbs) and speeds (spanwire: 240 fpm, saddle: 400 fpm) are specified, with automatic compensation for ship motion. The contract also requires two CONSOL stations, habitability modifications, and contractor responsibilities for manning, training, and providing drawings and test plans. The contractor must also provide notice for Factory Acceptance and Installation Weight trials.
This government file, Attachment (15) Contract Data Requirement List (CDRL), outlines the submission frequency and initial submission deadlines for various reports and plans required from a contractor. Key submissions include Position Reports (every six hours), Voyage/Passage Reports (monthly), Fuel Oil Inventory/Consumption Reports (monthly), Port Expenses Reports (monthly), and Cyber Incident Reports (within 15 days of discovery). Annual submissions encompass Small Arms Inventory, FP Inventory, Ammo Inventory, AT/FP Security Assessment, and Inventory of Government Property. Other critical items include the System Security Plan (within 45 days of award), Delivery Schedule/Progress Chart (within 30 days of award), and various drawings and test plans related to CONSOL and FDS. The document also specifies requirements for Class Society and Flag State certificates, and an initial listing of cargoes carried. This CDRL ensures consistent reporting and adherence to security, operational, and inventory management standards throughout the contract.
The Military Sealift Command (MSC) Standard Operating Manual (SOM) provides comprehensive operating guidance for all MSC commands, activities, and ships, including chartered and contract-operated vessels. Its purpose is to align MSC practices with standard U.S. Navy procedures. The manual details MSC's mission, organizational structure (including programs like Combat Logistics Force and Special Mission ships, and functional directorates), and its reporting relationships with external commands such as U.S. Fleet Forces Command and U.S. Transportation Command. It also outlines subordinate commands like Area Commands and Ship Support Units. Key policies covered include ship movement, operational standards, entry and clearance procedures, force protection, logistics, severe weather protocols, passenger management, and incident reporting. The SOM is supported by various Quality Management System (QMS) procedures and forms, ensuring adherence to its guidelines and annual reviews for necessary changes. The document also provides a point of contact for inquiries and a short title for easy reference.
The document N3220526R0005 outlines the requirements for a Mission Essential Contractor Services Plan (MECSP) Worksheet, mandated by DFARS 252.237-7024, for federal government RFPs. Offerors must submit a narrative description detailing provisions for acquiring essential personnel and resources for up to 30 days or until normal operations resume. The plan must address challenges in maintaining services during extended events like pandemics, the time lapse for personnel availability, and the identification, training, and preparedness of personnel for relocation or remote work. Furthermore, it requires established alert and notification procedures for essential personnel and an approach for communicating expectations during a crisis. This worksheet serves as a critical addendum if the required information is not fully included in the proposed MECSP.
The “Disclosure of Lobbying Activities” form (SF-LLL) is mandated by 31 U.S.C. 1352 for entities involved in federal actions like contracts, grants, and loans. This form requires the reporting entity, whether a prime recipient or subawardee, to disclose any lobbying activities undertaken to influence the outcome of a covered federal action. Filings are required for initial actions, receipt of a covered federal action, or any material change to previously reported information. The form gathers details such as the type and status of the federal action, names and addresses of the reporting entity and any prime awardee, the federal department/agency, program name, CFDA number, federal action number, and award amount. It also requires information about the lobbying registrant and the individuals performing lobbying services. This disclosure is a material representation of fact, and failure to file can result in civil penalties ranging from $10,000 to $100,000. The instructions provide detailed guidance for completing each section, ensuring transparency in federal funding and lobbying efforts.
This document outlines a standardized
The Technical Offer Worksheet outlines comprehensive requirements for vessels, particularly for new constructions, to ensure compliance with safety, operational, and cargo-specific standards. Key stipulations include mandatory participation in the Ship Inspection Report (SIRE) System, submission of a current Q-88 detailing vessel acceptances and inspection dates, and a warranty that the vessel has not been rejected by any Charterer or refinery. Offerors must provide stowage plans for specified cargoes, copies of current Class Society issued Safety Management Certificates (SMC), and Flag State issued International Ship Security Certificates (ISSC). Additionally, a Certificate of Inspection (COI) is required. The document also specifies requirements for cargo tank heating coils, including compatibility with fuel types and pressure test results. Offerors must provide a listing of cargoes carried in the previous six months and disclose internal tank coating types. For new constructions, specific warranties and post-award submission requirements are detailed for various certificates and plans. Vessels must be capable of providing services required by the Fuel Delivery Station, and those exceeding 20 years of age during the contract must comply with specific additional requirements.
This government solicitation, N3220526R0005, is for a Women-Owned Small Business (WOSB) to provide charter hire services for a clean petroleum product tanker. The solicitation outlines the requirements for a double hull tanker capable of carrying a minimum of 240,000 BBLS of clean petroleum products (JP5, JP8, JAA, JA1, or F76). The contract includes options for multiple firm periods of charter hire and a FDS Option, with pricing arranged as Firm Fixed Price. The document incorporates various FAR and DFARS clauses by reference and full text, covering contract terms, government property, payment, and whistleblower rights. It also lists numerous attachments detailing terms, conditions, performance work statements, wage determinations, and security requirements. The solicitation specifies an offer due date of January 30, 2026, and provides contact information for inquiries.
The Military Sealift Command (MSC) issued a presolicitation synopsis for a fixed-price time charter with reimbursable elements for a WPAC MR Tanker. The solicitation, numbered N3220526R0005, requires a clean, USCG-approved, double-hull tanker with an Inert Gas System (IGS) and Segregated Ballast Tanks (SBTs) capable of carrying at least 240,000 BBLS of clean petroleum products. The performance period includes a one-year base period and three one-year options, plus an 11-month option. Delivery is anticipated around June 2026, within the Western Pacific/Sea of Japan region (Ulsan/Busan, KOR). The acquisition will follow FAR Part 12 using FAR Part 15 procedures, with the solicitation expected to be available on www.sam.gov around December 30, 2025. This is a full and open procurement with no set-aside status.