Military Sealift Command VERTREP Pacific Detachment B
ID: N3220526R0007Type: Presolicitation
Overview

Buyer

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

NAICS

Nonscheduled Chartered Freight Air Transportation (481212)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR FREIGHT (V111)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is seeking contractors for the Vertical Replenishment (VERTREP) Pacific Detachment B services, aimed at providing ship-based commercial helicopter logistics and vertical replenishment operations. The procurement requires a contractor to supply a two-helicopter detachment, including five pilots and three maintainers, along with necessary support equipment for year-round deployment on Combat Logistics Force ships, primarily in support of the SEVENTH and FIFTH Fleet requirements. This contract is critical for ensuring effective and safe aviation support in military logistics operations, with a Firm-Fixed-Price structure anticipated for a one-year base period and four one-year options. Interested parties can reach out to Jim Ellis at james.p.ellis54.civ@us.navy.mil or call 564-226-4573 for further information, with the solicitation expected to be released on November 14, 2025, and proposals due by December 15, 2025.

    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for the U.S. Pacific Fleet VERTREP Detachment BRAVO (PAC Det B) contract. The purpose is to provide ship-based commercial helicopter logistics and vertical replenishment services worldwide, including an optional unmanned aerial capability. The contractor must supply a two-helicopter detachment with minimum staffing of five pilots and three maintainers, all necessary support equipment, and a robust support structure for year-round deployment on Military Sealift Command (MSC) Combat Logistics Force (CLF) ships. The contract details performance periods, delivery requirements, mission conditions, and comprehensive regulatory compliance, certifications, and licenses, emphasizing adherence to FAA, DoD, and DoN standards. Key aspects include detailed aircraft specifications, maintenance requirements, operational readiness reporting, and specific deductions for non-compliance, ensuring continuous, safe, and effective aviation support.
    The document is a comprehensive government solicitation (N3220526R0007) for Vertical Replenishment Pacific Detachment B Services, specifically targeting Women-Owned Small Businesses (WOSB). It outlines the requirements for commercial products and services, including detailed schedules for supplies/services such as On Board Per Diem, Flight Rate, Shore Based Per Diem, Testing, Inspection, Delivery, Redelivery, and a six-month extension option, all under a Firm Fixed Price arrangement. The solicitation specifies an offer due date of January 7, 2026, and includes numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses incorporated by reference and full text. Key clauses cover aspects like System for Award Management, Commercial and Government Entity Code Maintenance, Basic Safeguarding of Covered Contractor Information Systems, Contract Terms and Conditions, Evaluation of Options, and particularly extensive instructions for Wide Area WorkFlow (WAWF) payment submissions. It also includes critical representations and certifications for offerors, such as small business status, veteran-owned status, women-owned small business status, certifications regarding payments to influence federal transactions, Buy American certificates, and prohibitions on contracting with inverted domestic corporations or entities engaging in certain activities relating to Iran.
    The Military Sealift Command (MSC) issued a presolicitation synopsis for a full and open competition to establish an AB to Mate CIVMAR Training Program. This procurement, identified by Solicitation Number N3220526R0007, seeks a contractor to provide a detachment (DET) under a C-type contract for ship-based and/or shore-based Vertical Replenishment (VERTREP) operations. The contractor will supply a two-helicopter DET of like TMS aircraft, an optional unmanned aerial capability, support equipment, 5 pilots, 3 maintainers, and a support structure for 365-day theater operations. The Government will provide Mode 5 radio transponder and control units as GFE, with the contractor configuring aircraft to DOD AIMS standards. The DET will be forward-deployed worldwide, primarily assigned to Combat Logistics Force (CLF) ships of the T-AKE class for SEVENTH and FIFTH Fleet requirements, with delivery anticipated in Guam. The contract is anticipated to be a single award, Firm-Fixed-Price with a one-year base period and four one-year options. The RFP is expected to be released on November 14, 2025, with a closing date of December 15, 2025, and an anticipated award date of February 2026. This is a synopsis notice only, and the solicitation will be available on SAM.gov.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    MH-60R/MH-60S Aircraft Maintenance and Repair
    Buyer not available
    The Department of Defense, through the Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), is seeking contractors with experience in MH-60R/MH-60S aircraft maintenance, repair, and overhaul (MRO) services for the U.S. Navy's forward-deployed aircraft in the Indo-Pacific Command Area of Responsibility (AOR). The procurement aims to identify capable contractors who can provide both scheduled maintenance (including PMI-1N and PMI-2N events) and unscheduled maintenance (such as In-Service Repairs and Depot-Level Technical Directives), along with necessary engineering and logistics support. Interested contractors must have facilities capable of supporting 10-13 aircraft simultaneously within 400 nautical miles of NAF Atsugi, and must comply with local engineering specifications and NAVAIR MH-60R/S IMP specifications. For further inquiries, interested parties can contact Jonathan Groeschel at jonathan.j.groeschel.civ@us.navy.mil or Irene Saito at irene.saito@fe.navy.mil.
    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.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE SERVICES FOR NAVAL STATION GREAT LAKES, IL, CAPTAIN JAMES A LOVELL FEDERAL HEALTH CARE CENTER (FHCC) FACILITIES AND OTHER AREAS OF RESPONSIBILITY (AOR).
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking proposals for Vertical Transportation Equipment (VTE) maintenance services at Naval Station Great Lakes, Illinois, and the Captain James A. Lovell Federal Health Care Center. The contractor will be responsible for providing labor, management, tools, materials, and maintenance services, including diagnostic, troubleshooting, repair, alteration, demolition, and minor construction of VTE and Direct Digital Control (DDC) systems. This procurement is crucial for ensuring the safe and efficient operation of vertical transportation systems within government facilities, emphasizing the importance of regular maintenance and compliance with safety standards. Proposals are due by December 9, 2025, at 2:00 PM EST, and interested parties should contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or Susan Roberts at susan.c.roberts4.civ@us.navy.mil for further information.
    East Coast Tanker Time Charter (Extended Term)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a Tanker Time Charter (Extended Term) as part of a Sources Sought notice. The procurement aims to evaluate options for an existing charter contract, specifically for one clean, U.S. flagged, Jones Act compliant, double hull tanker to transport clean petroleum for the Defense Logistics Agency (DLA) worldwide. Key requirements include a one-year base period with an eleven-month option, delivery in the Gulf of Mexico by January 9, 2026, and specific vessel characteristics such as a minimum capacity of 310,000 BBLs for various jet fuels and an age limit of less than twenty years. Interested parties must submit their company and vessel information, including daily rates, by December 11, 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 details.
    1680-01-599-1742- IRS SHELL ASSY,AIRC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of eight units of the IRS Shell Assembly for the Osprey V-22A aircraft, under solicitation number SPE4A726R0095. This procurement is classified under NAICS code 488190, which pertains to Other Support Activities for Air Transportation, and is categorized as a firm fixed-price contract with delivery expected within 268 days. The solicitation will be issued on or around November 18, 2025, and interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/rfp. For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838.
    Helicopter Hangar Door Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure helicopter hangar door parts through a firm-fixed-price (FFP) contract. This procurement is justified on a sole source basis under the authority of 13.106-1(b)(1)(i), indicating that the parts are essential for maintaining operational readiness and safety of naval aviation facilities. The contract falls under the category of marine hardware and hull items, highlighting the critical nature of these components in supporting naval operations. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.