Time Charter Container Ship for United States Air Force (USAF)
ID: SS-25-041Type: Sources Sought
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 (MSC), is seeking information on the availability and cost of a time-chartered container ship to support the United States Air Force (USAF). The ship must be capable of transporting ammunition in ISO containers, with a required delivery date of May 15, 2025, and must meet specifications including a minimum speed of 16 knots and a capacity for 900 ISO containers, while also being able to operate in extreme environmental conditions. This procurement is critical for ensuring military readiness and the efficient transportation of essential cargo, including explosive and non-explosive munitions, which must be stowed under controlled conditions. Interested vendors are invited to submit their responses by March 12, 2025, to the primary contact, Samantha Wooton, at samantha.r.wooton.civ@us.navy.mil, or by phone at 757-917-8071.

    Files
    Title
    Posted
    The U.S. Navy's Military Sealift Command (MSC) seeks information on the availability and cost for a time-chartered container ship for the United States Air Force (USAF). This request is part of a market survey to evaluate options for an existing charter contract, not a commitment to contract. The ship must be capable of carrying ammunition in ISO containers, with delivery slated for May 15, 2025. Key specifications include a speed of at least 16 knots, the capacity for 900 ISO containers, and the ability to operate in extreme environmental conditions. The primary mission is to support the transportation and prepositioning of military cargo worldwide. Responses must include details on the ship's capabilities, availability, costs, and any alternatives, with an emphasis on factors affecting pricing. Interested vendors must submit their responses by March 12, 2025, to a designated contact. This initiative underlines the government’s focus on military readiness and ensuring transportation capacity for critical cargoes.
    The Military Sealift Command's RFP SS-25-041, dated March 3, 2025, addresses potential respondents' inquiries regarding the anticipated cargo for the USAF. The primary cargo will consist of explosive and non-explosive munitions, with a preliminary cargo plan provided, contingent upon final mission specifications and world events. It is crucial to note that the quantities, types, and configuration of the shipping containers may be adjusted before and during the contract period at USAF's discretion. All cargo is required to be stowed below deck under controlled environmental conditions to manage humidity. This document serves as a clarification for interested contractors, emphasizing the fluid nature of military logistics and the importance of readiness and adaptability in cargo management amid changing operational requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    VOYAGE CHARTER
    Dept Of Defense
    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.
    Ice Class Tanker - Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research through a Sources Sought notice for an extended term charter of one U.S. flag double hull, ice-class tanker. The procurement aims to secure a vessel equipped with two Naval Surface Warfare Center-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, including access to McMurdo, Antarctica. This opportunity is critical for ensuring logistical support in extreme environments, with the charter period set 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 details.
    35-day Extension to Support Presidential Drawdown Authority (PDA) Requirements.
    Dept Of Defense
    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.
    DRY CARGO TUGCON
    Dept Of Defense
    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.
    Tanker Voyage Charter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean product (JP8) from Algeciras, Spain, to Mersin, Turkey. The procurement requires a 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 150,000 barrels of the specified product. This charter is crucial for ensuring the safe and efficient transportation of military fuel, with laydays commencing on January 30, 2026, and closing for responses on December 16, 2025, at 10:00 AM Eastern Time. Interested parties can contact Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil or 564-230-3633 for further details.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    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.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    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.
    Shipping and Storage
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a total small business set-aside contract for shipping and storage containers, specifically NSN 8145-01-251-1903, with a part number of 123444459. The procurement requires a firm fixed price for an initial production quantity of five units, along with a first article quantity of one unit, and includes an option for an additional five units. These containers are critical for specialized shipping and storage needs within military operations, ensuring the secure transport and storage of essential materials. Interested vendors must comply with various quality standards and documentation requirements, and should direct inquiries to Noelle Riggs at noelle.riggs@dla.mil or Janeca Dent at JANECA.DENT@DLA.MIL, with proposals due as specified in the solicitation.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.