120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
ID: 26R6016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSCHQ NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Deep Sea Passenger Transportation (483112)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Military Sealift Command (MSC) issued a Questions and Answers document on October 31, 2025, providing clarifications for Solicitation N3220526R6016. Key points include that DP-1 vessel positioning systems must be certified by a class society like ABS, not self-certified. Meal costs for up to 20 embarked government personnel, including supercargo, are part of the contractor's fixed price, while additional personnel's meals are reimbursable at specified not-to-exceed rates, as clarified by Amendment A0001. Vessels can be certified under Subchapter T or L, depending on service, with common applications for small passenger vessels and offshore supply vessels. The current incumbent contract number for this requirement is N3220520C2258.
    The Military Sealift Command Norfolk (MSC) is seeking proposals for a U.S. flagged, Jones Act qualified vessel to support Naval Surface Warfare Center Panama City Division (NSWC-PCD) operations. The vessel will serve as a host and support ship for at-sea operations, including the deployment and recovery of mines and test instrumentation, towing vehicles, housing data acquisition equipment, and ROV operations. The contract is a firm-fixed-price, 120-day charter with a 50-day option period. Key requirements include specific operational capabilities for station-keeping and towing, a minimum transit speed of 20 knots, a 12-foot maximum draft, a 25-foot minimum beam, and a 50ft by 20ft open deck space. The vessel must be equipped with a stern crane, a removable A-frame, and a winch with capstan. Personnel must be U.S. citizens with valid certifications, including TWIC cards. The contractor is responsible for providing meals for government personnel and ensuring all deck equipment is maintained. The solicitation emphasizes compliance with various FAR and DFARS clauses, particularly those related to small business concerns, labor standards, and prohibitions on foreign-made systems and certain business operations. Proposals will be evaluated based on technical capability and the lowest price.
    Amendment 0001 to RFP N3220526R6016, issued by the Military Sealift Command Norfolk, N103A, revises requirements for contractor-provided services. Key changes include berthing for 12 shipboard test personnel, allowing up to four per stateroom with male/female segregation and accepting mobile berthing units if they don't reduce deck area or interfere with power. Food service now requires three galley-prepared meals for up to 20 supercargo (12 requiring berthing and eight day riders) when underway, with costs included in the fixed price. Snack foods and bottled water are also required for supercargo. For government personnel exceeding 20, breakfast, lunch, and dinner will be reimbursed at not-to-exceed prices of $10, $12, and $19, respectively. The amendment reiterates the charterer's right to assign supercargo and government representatives, with the owner covering accommodation for 12 supercargo and victualing for 20 government personnel in their fixed price. Reimbursement for meals for additional personnel beyond 20 remains at the specified rates. All other terms and conditions of the original RFP remain unchanged.
    The document appears to be a form or a section of a request for proposal (RFP) related to maritime operations, specifically focusing on U.S. and foreign shipyard work performed on a fleet of vessels. It requires applicants to list all vessels in their fleet, such as "Tug ABC" and "Barge ABC," and provide details on qualifying shipyard work. For U.S. shipyard work, the form asks for a description of the work performed and its cost. Similarly, for foreign shipyard work, it requests a description, cost, the shipyard's name and address, and the inclusive dates of the work. The form includes placeholder values of "$0.00" for approximate totals, indicating that these sections are meant for financial declarations. This document's purpose is to gather detailed information on vessel maintenance and repair activities, distinguishing between domestic and international services, likely for compliance, eligibility, or cost analysis within a government contract or grant application.
    The "MILITARY SEALIFT COMMAND SPECIAL TIME CHARTER (SPECIALTIME SPOT 13.5) DECEMBER 2024 (REV. 1 (12-24))" RFP is a solicitation for offers to perform a Charter Party for the Military Sealift Command. This revised document incorporates Class Deviations 2025-O0003 and 2025-O0004 and outlines the terms and conditions for vessel charter services, including a detailed Preamble, and Parts I through IX. Key aspects covered include contract formation, severability of terms, and specific revisions to FAR clauses concerning representations, certifications, and contract terms. The RFP also details effective changes across various parts of the charter, such as invoicing, charter hire, health and safety, bonuses, and security. Part I, "SPECIALTIME BOXES," includes critical data fields for vessel specifications, pricing, laydays, and fuel consumption. The document outlines government inspection rights, payment procedures, risk of loss, taxes, and termination conditions. It further specifies the owner's warranties regarding vessel conformity, regulatory compliance, crew qualifications, and fuel/speed performance. Additional special time terms cover mission parameters, reporting requirements, crew conduct, and cargo loading/discharging responsibilities.
    The document outlines fuel consumption and pricing for Fiscal Year 2024, focusing on Marine Gas Oil/Marine Diesel Oil (MGO/MDO). It details various operational statuses such as "Fuel Underway (laden)," "Fuel Underway (loitering)," and "In Port Idle," each assigned a specific number of days. The standard price for MGO/MDO is set at $1,188.68 per metric ton, determined by DLA Standard Fuel Prices and listed as a SEACARD Open Market rate. The file indicates that while fuel types and prices are provided, the total costs for each category are currently listed as $0.00, suggesting this document is a template or an initial breakdown awaiting final cost calculations. This document is likely part of a federal government RFP or grant related to fuel procurement and operational costs for maritime or similar activities.
    This Wage Determination (No. 2019-0288, Revision No. 23, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contract workers on U.S. Navy deep-sea vessel contracts in coastal U.S. ports, including the Outer Continental Shelf. It details two Executive Orders: EO 14026, requiring $17.75 per hour for contracts entered into or extended after January 30, 2022, and EO 13658, mandating $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, and not subsequently renewed. The document specifies hourly rates for various maritime occupations, such as Master ($91.24) and Able Seaman ($15.90***), with some classifications potentially eligible for higher Executive Order minimums. Fringe benefits include health & welfare ($5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-4 weeks based on service), and eleven paid holidays. It also addresses uniform allowances, paid sick leave under EO 13706, and procedures for conforming unlisted job classifications using Standard Form 1444. Detailed job descriptions are provided for positions not in the Service Contract Act Directory of Occupations.
    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.
    51-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research for a 51-day dry cargo time charter to transport military cargo, including tracked and wheeled vehicles and breakbulk. The procurement seeks U.S. and foreign flag, self-sustaining vessels capable of accommodating a portion of 450,000 square feet of cargo, with the charter period commencing on March 25, 2026, and delivery and redelivery taking place at Beaumont, Texas. This opportunity is crucial for ensuring the timely and efficient movement of military supplies, and interested parties must submit vessel details, proposed layday, daily charter hire rate, and other relevant information by 1000 ET on December 9, 2025, via email to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil.
    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.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    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.
    Tanker Voyage Charter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean products from Onsan, Korea, to discharging ports in Mesaieed, Qatar, and Sitra, Bahrain. The procurement requires one clean, approved U.S. or foreign flag, double-hull tanker equipped with an inert gas system and segregated ballast tanks, capable of carrying a minimum of 240,000 barrels of clean product. This charter is crucial for ensuring the safe and efficient transportation of essential materials, with laydays commencing on January 7, 2026, and closing on January 8, 2026. Interested parties must submit their proposals by December 11, 2025, at 1300 Eastern Time, and can contact Brandon Page at brandon.a.page.civ@us.navy.mil or 564-226-1239 for further information.
    TUG SERVICES PORTSMOUTH NH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information regarding the procurement of two U.S.-flagged, Jones Act-compliant tugboats to support operations in Portsmouth, NH, and Kittery, ME, as part of a Sources Sought Notice (N32205-SS-26-021). The tugs must meet specific operational characteristics, including minimum bollard pull, passenger capacity, transit speed, and firefighting capabilities, with the contract anticipated to be a Firm Fixed Price type with reimbursable elements. This procurement is crucial for ensuring effective maritime operations in the designated areas, with a performance period from February 1, 2026, to January 31, 2027, and two option periods available. Interested parties are required to submit their company information, business size, financial capability, estimated daily rates, and vessel characteristics by December 9, 2025, and can contact Yvonne Escoto or Reah Norris for further inquiries.
    TUGCON, Jones Act; Open-Ocean Tow
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide a U.S. flag, Jones Act compliant, ocean-going certified tug for an open-ocean tow operation. The contract requires the tug to tow the Berthing Barge YRBM-32 in accordance with the U.S. Navy Tow Manual, with the operation commencing from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, for a single voyage scheduled between January 19 and January 26, 2026. This procurement is crucial for ensuring the safe and compliant transportation of naval assets, and the solicitation is set aside for total small business participation, reflecting the Navy's commitment to supporting small enterprises. Interested parties must respond to the presolicitation notice by December 9, 2025, and can contact David Anaya at david.c.anaya.civ@us.navy.mil for further details.
    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.
    USS WICHITA (LCS 13) FY26 DSRA AND USS THOMAS HUDNER (DDG 116) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS WICHITA (LCS 13) and USS THOMAS HUDNER (DDG 116). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair on these naval vessels, with the contracts expected to be awarded as two separate Firm-Fixed-Price agreements. The solicitation is open to qualified offerors on the East Coast, with a focus on ensuring adequate competition, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. Proposals are due by December 5, 2025, and inquiries can be directed to Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Paul Kang at paul.k.kang.civ@us.navy.mil.