Tanker Voyage Charter
ID: N3220525R4074Type: Solicitation
AwardedMay 13, 2025
$1.8M$1,774,069
AwardeeSTENSHIP KS Bergen 5059 NOR
Award #:N3220525P2092
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, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean products from Texas City, TX, to Killingholme, United Kingdom. The procurement requires a clean, approved U.S. or foreign flag, double-hull tanker equipped with an Inert Gas System (IGS) or equivalent, capable of carrying a minimum of 32,000 barrels of clean product in designated cargo tanks. This charter is crucial for ensuring the safe and efficient transportation of essential materials, with laydays commencing on May 20, 2025, and concluding on June 3, 2025. Interested parties should direct inquiries to David Anaya at 564-226-8419 or via email at david.c.anaya.civ@us.navy.mil, with proposals due by April 29, 2025.

    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) from the Military Sealift Command (MSC) Norfolk, seeking proposals for a firm-fixed-price contract for vessel chartering under FAR 13.5 procedures. The RFP outlines specific requirements for a double-hull tanker, including a minimum capacity of 32,000 barrels, an Inert Gas System, and Segregated Ballast Tanks. Proposals must ensure vessels meet safety and inspection standards, including certificates verifying no prior issues with designated terminals. Key deadlines include issuance on April 22, 2025, with proposals due by April 29, 2025. Interested offerors must submit only one vessel per proposal, with specific conditions laid out concerning inspections and approvals by vetting departments. The contract involves transporting Jet Propellant-8 (JPTS) from Texas City, Texas, to Killingholme, UK, with stipulated port restrictions. The document emphasizes regulatory compliance and operational efficiency while reflecting the MSC's commitment to maintaining high industry safety and environmental standards. It includes detailed instructions for bidders regarding submission processes, required documentation, and assessment criteria, reinforcing the importance of thorough preparation and adherence to established protocols in government contracting.
    The U.S. Department of Labor's Wage Determination No. 2019-0288 outlines wage and benefit requirements for contractors operating under the Service Contract Act, effective for contracts awarded after January 30, 2022. Employers must pay covered workers a minimum wage of at least $17.75 per hour or the relevant wage rate listed for their occupation. This applies to various maritime positions at coastal ports across multiple states, requiring compliance with specific fringe benefits. The document details job titles and corresponding wage rates, including roles like Master, Chief Engineer, and various engineer and steward classifications, with stipulated rates for health and welfare benefits. Additionally, it stipulates requirements for paid sick leave under Executive Order 13706 and lays out processes for additional classifications not explicitly listed. Uniform provisions, paid vacation, and holiday requirements are also specified, alongside the need for contractors to ensure that uniform-related costs do not reduce pay below the allowable minimum rates. The overall intent is to ensure fair compensation and benefits for workers engaged in federal contracts, promoting labor standards in compliance with federal wage laws.
    Lifecycle
    Title
    Type
    Tanker Voyage Charter
    Currently viewing
    Award
    Presolicitation
    Similar Opportunities
    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.
    US Air Force Prepositioning Vessel
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the procurement of a one-time charter for a self-sustaining container ship capable of transporting ammunition and other cargo. The vessel, which can be either US or foreign-flagged (to be reflagged as US), must meet specific operational requirements, including a minimum speed of 16 knots, a range of 13,000 nautical miles, and the capacity to accommodate 900 20-foot ISO containers with environmental control systems. This charter is critical for the rapid deployment and prepositioning of hazardous cargoes, with an anticipated delivery date of July 12, 2027, at Military Ocean Terminal Sunny Point (MOTSU) in North Carolina. Interested parties are required to submit their company and vessel details, availability, and other relevant information by December 22, 2025, to the primary contact, Reah Norris, at reah.d.norris.civ@us.navy.mil.
    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.
    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.
    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.
    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 seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    90-DAY EXTENSION RED HILL
    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 tanker vessel under a Military Sealift Command (MSC) Tanker Time Charter for an additional 90 days. This extension is crucial to ensure continuous emergency storage capacity and rapid response capabilities in the event of a fuel storage tank failure at the Red Hill Bulk Fuel Storage Facility (RHBFSF) until the delivery of a newly awarded long-term contract vessel to Pearl Harbor, HI. The procurement is vital for maintaining operational readiness and supporting current and emergent missions. Interested parties can contact Stephanie Ricker at stephanie.ricker1@navy.mil or 757-341-5630, or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or 757-443-5886 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 and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    Voluntary Tanker Agreement (VTA)
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.
    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.