ContractSources Sought

Ice Class Tanker - Sources Sought

DEPT OF DEFENSE SS-26-029
Response Deadline
Dec 23, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Sources Sought

Contract Opportunity Analysis

The Department of Defense, through the Military Sealift Command (MSC), is conducting market research for an extended term charter of a U.S. flag double hull, ice-class tanker, as outlined in Sources Sought No. SS-26-029. The procurement aims to secure a vessel equipped with two approved Consolidated Cargo Operations (CONSOL) stations and one Fuel Delivery Station (FDS), with specific requirements regarding ice-class ratings, cargo capacity for various fuels, and operational capabilities, particularly the ability to operate in Antarctica. This charter is critical for supporting military logistics and operations in extreme environments, with a base period from February 20, 2027, to February 19, 2028, and four additional option periods. Interested parties must submit their company and vessel information, including estimated daily charter rates and readiness dates, by December 23, 2025, and can contact Yvonne Escoto or Stephanie Ricker for further inquiries.

Classification Codes

NAICS Code
483111
Deep Sea Freight Transportation
PSC Code
V124
TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER

Solicitation Documents

5 Files
Sources Sought - New Ice-Class Tanker - Final.docx
Word30 KBDec 22, 2025
AI Summary
The Military Sealift Command (MSC) is conducting market research through a Sources Sought notice (SS-26-029) for an extended term charter of one U.S. flag double hull, ice-class tanker. This is a Request for Information only and not an offer. MSC requires information on the price and availability of a tanker equipped with two Naval Surface Warfare Center-Port Hueneme Division approved Consolidated Cargo Operations (CONSOL) stations and one Fuel Delivery Station (FDS). The vessel must meet specific ice-class ratings, age, dimensions, cargo capacity for various fuels (JP8, JP5, F76), and operational capabilities, including worldwide operating area and ability to call on McMurdo, Antarctica. The charter period is for a base year from February 20, 2027, to February 19, 2028, with four option periods. Interested parties must provide company and vessel information, including estimated daily charter rate, fuel consumption, installation costs for CONSOL and FDS stations, and earliest readiness date, by December 23, 2025.
Attachment C - Fuel Delivery Station Final.docx
Word90 KBDec 22, 2025
AI Summary
The document outlines the requirements for a Fuel Delivery Station (FDS) as part of a contract, including a separately priced option for vessel modification. The FDS will be a STREAM delivery station featuring a double hose probe rig, designed for installation on the port side forward of the manifold. Key specifications include operating in accordance with NTTP 4-01.4, Chapter 2, and ATP 16 for interconnecting fuel coupling and spanwire end fitting breaking strength (at least 35,000lbs). Spanwire must meet Federal Specification RR-W-410 or specific breaking strengths based on size and coating. A slip-clutch or safety device is required to prevent spanwire parting. Electrical equipment must comply with IEC60533. The system must prevent personnel injury and equipment damage during casualty modes, ensuring safe failure. The FDS must have a minimum spanwire fairlead height of 90 to 110 ft above the nominal waterline and undergo load testing. It needs an operating range of 80 to 180ft (maximum 200ft) with clearances for ship's structure and continuous operation in up to Sea State 5 conditions. Rated loads for the spanwire winch are 14,330-15,500lbs and saddle winch at least 4,000lbs, with specific speeds. Two CONSOL stations will be installed, and the vessel must be capable of day and nighttime operations. The contractor is responsible for manning, training, and equipping the vessel, and must provide notice for factory acceptance and installation weight tests.
Attachment A - CONSOL Station Requirement Final.docx
Word27 KBDec 22, 2025
AI Summary
This document, Attachment (A) - CONSOL, details the stringent requirements for equipping vessels with Replenishment at Sea (RAS) operations capabilities, specifically for CONSOL operations. The core purpose is to outline the installation, design, testing, and operational criteria for RAS fueling stations. Key requirements include the installation of three RAS fueling stations, two on the starboard side for simultaneous transfer of two fuel products, and one on the port side. Detailed specifications are provided for station location, swivel joint assembly, and clearance areas, referencing specific CONSOL and NAVSEA drawings. The document also mandates rigorous testing procedures for spanwire attachment points, messenger inhaul padeyes, and easing out line components, with all testing witnessed by PHD and/or MSC N7 Engineering representatives. Furthermore, it requires detailed rigging drawings, night lighting with amber and interchangeable red lenses, and a variable-speed messenger line pulling system. All design criteria must be reviewed and approved by PHD prior to fabrication, ensuring compliance with NAVSEA design criteria for structural integrity and safety under various sea conditions.
SS-26-029 - Q and A.pdf
PDF80 KBDec 22, 2025
AI Summary
This document, Source Sought No. SS-26-029, addresses questions and answers related to a government solicitation, likely for chartering a vessel. Key clarifications include that the vessel may be considered off-hire during CONSOL station installation, and that these stations are not subject to the 30-day allowance for Fuel Delivery Station installation. Additionally, CONSOL station installation costs and the expense of reflagging a vessel to US Flag should be included in the daily charter hire rate. The government does not plan to extend the deadline for responses to this Sources Sought, though late submissions may still be considered as it is not a formal Request for Proposal.
Attachment B - MATERIAL SPREADSHEET Final.xlsx
Excel23 KBDec 22, 2025
AI Summary
This government file details a comprehensive equipment list for a 2 station console, encompassing riding line/jigger tackle equipment, UNREP lines, and various hardware, work/repair tools. The document categorizes items by function, providing quantities, unit of issue, and National Stock Number (NSN) or drawing numbers for each. Key components include various ropes (manila and nylon), thimbles, links, blocks, and specialized equipment such as NATO spools, Robb couplings, and drip pans. The list also specifies lighting equipment, including contour lights, flashlights with assorted filters, and traffic batons. A wide array of hand tools, cotter pins of various sizes, wire strands, safety anchors, shackles, and signal paddles are also included. Noteworthy comments within the document highlight specific requirements for drip pans to meet CFR and class regulations for spill containment, and for lighting sources to meet hazardous zone requirements. The file also includes specifications for various cleats and markers, with a recommendation for F76 and F44 markers to be manufactured with bunting. This detailed inventory serves as a crucial reference for procurement, maintenance, and operational readiness for the specified console stations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 9, 2025
amendedLatest Amendment· Description UpdatedDec 22, 2025
deadlineResponse DeadlineDec 23, 2025
expiryArchive DateJan 7, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
MSCHQ NORFOLK

Point of Contact

Name
Yvonne Escoto

Place of Performance

N/A, ANTARCTICA

Official Sources