30-Day Dry Cargo Time Charter
ID: N3220525R4041Type: Solicitation
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 soliciting proposals for a 30-Day Dry Cargo Time Charter to support the transportation of military cargo and hazardous materials. The contract requires a self-sustaining vessel capable of carrying 23 Twenty-foot Equivalent Units (TEUs) and maintaining a minimum speed of 13 knots, with delivery and redelivery locations in Charleston, South Carolina, and Gabès, Tunisia, respectively. This procurement is crucial for enhancing strategic transportation capabilities within military operations, particularly for hazardous cargo handling. Proposals must be submitted via email by February 19, 2025, and interested parties can contact Tiffany Gallon at tiffany.n.gallon.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Military Sealift Command Norfolk is seeking proposals through RFP N3220525R4026 for a contract concerning the charter of a vessel to support transportation requirements, particularly for military cargo and hazardous materials. This RFP follows FAR 13.5 procedures for commercial services and aims to establish a firm-fixed-price contract. Key requirements include a self-sustaining vessel capable of carrying 23 TEUs and specific hazardous materials while maintaining a minimum speed of 13 knots. The delivery and redelivery locations are Charleston, South Carolina, and Gabès, Tunisia, respectively, over a charter period of approximately 30 days starting from March 14, 2025. Additionally, contractors must comply with various federal regulations, including clauses regarding subcontracting and employee rights. Offers must be emailed by February 19, 2025, and adhere to specific submission guidelines due to heightened email security measures. This initiative underscores the government's focus on strategic transportation capabilities while ensuring compliance with legal and regulatory frameworks related to hazardous cargo handling.
    The document outlines fuel pricing information for Fiscal Year 2024, specifically focusing on DLA standard fuel prices and fuel consumption details for naval operations. It specifies the price per metric ton of Marine Gas Oil (MGO) at $1,299.04, applicable in various conditions such as fuel underway (both laden and ballast) and during in-port idle periods. The total fuel cost calculations remain undefined with all entries listed as $0.00, indicating either absent data or potential placeholders. This file serves as a reference for government contracting entities and stakeholders in the energy and maritime sectors, contributing to budgeting and procurement processes related to fuel supply for military and governmental operations. The attention to detail in fuel pricing strategies reflects broader initiatives for efficient resource management and operational readiness within federal frameworks.
    The Register of Wage Determinations under the Service Contract Act establishes wage rates and benefits for workers on federal service contracts across coastal U.S. ports. Effective January 30, 2022, contractors must pay employees at least $17.75 per hour, or the applicable wage if higher, for contracts entered into or renewed thereafter. For contracts awarded between January 1, 2015, and January 29, 2022, a minimum of $13.30 per hour is required, unless renewed post-January 2022. Additionally, health and welfare benefits are mandated at $5.36 per hour, and other benefits include paid vacation and holidays as well as a uniform allowance. Executive Order 13706 mandates paid sick leave for federal contractors, allowing employees to accrue up to 56 hours annually. The document outlines a detailed directory of occupations involved in U.S. Navy contract services, specifying responsibilities and classifications for numerous roles from Master to Ordinary Seaman. The conformance process for unlisted job classifications is also detailed to ensure fair wage determinations. This wage determination highlights compliance requirements for federal contractors, ensuring fair compensation while fostering workforce protections under federal legislation relevant to service contracts. The provisions aim to improve employee welfare and provide structured benefits amidst evolving regulatory frameworks.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    180-DAY SPECIALTIME CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting market research for a 180-day special time charter of a Jones Act certified surface support vessel, beginning on May 1, 2025. The vessel must accommodate 25 personnel, achieve a minimum speed of 10 knots, and sustain operations for 30 days without re-supply, while also being capable of launching and recovering various small craft and providing mission-specific logistics support. This procurement is part of the government's initiative to enhance maritime operational readiness in regions such as Hawaii and Guam. Interested parties should submit their responses, including vessel availability and pricing, by February 18, 2025, and can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further information.
    DIEGO GARCIA SHUTTLE VESSEL LONG TERM CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and pricing of a U.S. flagged, self-sustaining vessel for a long-term charter to support military operations on Diego Garcia from July 15, 2025, to July 14, 2026, with options for extensions. The vessel must meet specific requirements, including a minimum speed of 15 knots, an operating range of 8,000 nautical miles, and the capacity to transport at least 230 twenty-foot equivalent units (TEU) of various cargo types, including hazardous materials. This procurement is crucial for ensuring the effective transportation of military supplies and equipment, with the charter operating under a firm fixed price structure, excluding fuel and port expenses which will be reimbursed by the government. Interested parties are required to submit detailed information regarding their vessels and capabilities by February 20, 2025, and can contact Jason Dassow or Stephanie Ricker for further inquiries.
    TANKER VOYAGE CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting market research for a voyage charter involving double-hull tankers capable of transporting at least 240,000 barrels of JA1 neat from Sitra, Bahrain, to St. Theodore, Greece. The MSC requires vessels that meet stringent specifications, including an inert gas system, segregated ballast tanks, and a maximum age of 20 years, with specific requirements regarding displacement and draft. This procurement is crucial for ensuring the safe and efficient transportation of military fuel, with laydays scheduled for April 17 to April 18, 2025. Interested parties must submit their company and vessel details, including small business status and charter rates, via email by 1000 hours Eastern Time on February 13, 2025; for inquiries, contact David C. Anaya at david.c.anaya.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    DRY CARGO OPEN-OCEAN TOW
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is conducting market research for a U.S. flagged, ocean-going tug required for a specific tow mission involving the berthing barge YRBM-58. The tug must be built after 1970 and meet specific dimensions and capabilities, including a bollard pull sufficient to maintain a tow speed of six knots, while ensuring compliance with safety regulations. This procurement is crucial for maintaining operational readiness in strategic military efforts, with a preparation period scheduled from June 16 to 22, 2025, and a departure deadline of June 23, 2025, from Naval Base San Diego, CA, to Naval Base Guam. Interested parties must submit specifications, pricing, itinerary details, and business size classifications by February 13, 2025, and can contact David C. Anaya at david.c.anaya.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further information.
    USNS ARCTIC BOOKCELLS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of specialized cargo and tanker vessels under the solicitation N3220525Q2198. This opportunity involves a firm-fixed price purchase order with a required delivery date of May 19, 2025, at a location in Norfolk, Virginia. The vessels are critical for maritime operations, and the procurement process emphasizes technical capability and pricing competitiveness, ensuring compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM on February 25, 2025, and can direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking 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, which will be responsible for the safe navigation, equipment maintenance, and overall upkeep of the vessels, both in-port and at-sea, while also providing necessary shore services. This initiative is critical for ensuring the operational readiness and effective management of the MMSC, which are integral to U.S. naval capabilities and international military cooperation, particularly with the Kingdom of Saudi Arabia. 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. An Industry Day is scheduled for December 11-12, 2024, with registration details available through the primary contacts, Daniel Fisher and Zachary Arriaga, at their respective email addresses.
    U.S. FLAG TUGS FOR NAVAL BASE GUAM
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the potential charter of two U.S.-flagged tugboats to provide essential harbor support at Naval Base Guam. The procurement aims to address the limitations of existing government vessels by securing tugboats capable of towing, berthing, mooring, and providing emergency support, with specific requirements including a maximum length of 110 feet and a bollard pull of 100,000 lbs. forward. This initiative is crucial for maintaining effective marine operations and compliance with maritime standards, with the period of performance set from March 31, 2025, to March 30, 2026, and an optional extension until February 28, 2027. Interested parties must submit their responses, including company details and pricing estimates, by February 18, 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 information.