52-Day Tanker Time Charter
ID: N3220524R4156Type: Presolicitation
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) Norfolk, is seeking proposals for a 52-day time charter of a double-hull tanker vessel capable of transporting a minimum of 310,000 barrels of clean petroleum product, specifically F76. The vessel must meet several technical specifications, including having segregated ballast tanks and an Inert Gas System, and will operate in designated areas of the South China Sea and the Mediterranean Sea. This procurement is critical for maintaining military readiness and operational effectiveness in sealift operations. Proposals are due by 19 September 2024, with laydays commencing on 21 October 2024, and interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or 757-443-5883 for further details.

    Files
    Title
    Posted
    The Military Sealift Command (MSC) Norfolk has issued RFP N3220524R4156 to solicit proposals for a double-hull tanker vessel required for the Strategic Sealift Program. The acquisition follows FAR 13.5 simplified procedures, aiming for a firm-fixed-price contract. The specified vessel must transport a minimum of 310,000 barrels of clean product, meeting several technical requirements such as having an Inert Gas System (IGS) and Segregated Ballast Tanks (SBT). Offerors must comply with a classified requirement, complete safety inspections, and provide detailed documentation regarding the vessel's compliance with cargo quality standards. The acquisition is unrestricted, with proposals due by 19 September 2024. The charter period spans 52 days, with laydays commencing on 21 October 2024. Key evaluation criteria include technical compliance and price, emphasizing a lowest-price-technically-acceptable approach. The solicitation outlines expectations for cargo reporting, safety measures, and environmental standards, illustrating the government's commitment to operational and safety requirements. Ultimately, this RFP highlights the MSC's efforts to maintain readiness and operational effectiveness for military sealift operations.
    The document outlines Class Deviation 2018-O0019, which governs the employment of contractor personnel operating in Japan under the Status of Forces Agreement (SOFA). It defines key terms such as SOFA Article I(b) and Article XIV statuses, detailing eligibility criteria for contractors, including being a U.S. national and present solely for official duties linked to U.S. Armed Forces. The contractor must comply with U.S. and Japanese laws, with specific instructions on entry processes, security requirements, and potential logistical support. Compliance with local regulations is emphasized, along with the contractor’s responsibility for ensuring personnel are medically screened and possess necessary documentation. The document also addresses potential legal ramifications for violations, emphasizing awareness of the Law of War and the notification of personnel rights. It mandates that contractors maintain accountability for their personnel using the Synchronized Predeployment and Operational Tracker (SPOT) system. Furthermore, it outlines emergency procedures, including evacuation protocols and next-of-kin notifications, reinforcing that contractor conduct must reflect positively on U.S.-Japan relations. This guidance is crucial for agencies involved in government contracts and grants requiring contractor activities in Japan, ensuring adherence to diplomatic protocols and legal frameworks.
    The document outlines the "Offeror Representations and Certifications—Commercial Products and Commercial Services," which are essential for compliance in federal contracting. It specifies that offerors need to complete either annual electronic representations in the System for Award Management (SAM) or specific paragraphs under certain conditions. Key definitions include terms such as "economically disadvantaged women-owned small business," "service-disabled veteran-owned small business," and more, delineating eligibility under various programs. It details certifications relating to compliance with laws regarding telecommunications equipment, labor practices, child labor, and foreign business operations. Further, it includes requirements regarding the origin of materials under the Buy American Act and certifications of responsible business practices. The structure emphasizes clarity in representations required for various business types, along with specific certifications needed for federal contracts. This provision is significant for ensuring that contractors foster inclusivity, uphold ethical labor standards, and comply with federal regulations in the procurement process, demonstrating the government’s commitment to fair practice in awarding federal grants and contracts.
    The document outlines the standard fuel prices and consumption for the fiscal year 2024, focusing on Marine Gas Oil (MGO) and Marine Diesel Oil (MDO). It specifies the prices per metric ton set at $1,299.04 under the SEACARD Open Market for various operational circumstances, including fuel used while underway (both laden and ballast), and in-port conditions (idle and discharging). The document also presents a structured account of fuel consumption in metric tons per day across different fuel types and operational states, highlighting that currently, no costs are attributed to fuel use under these categories, indicating a potential zero expenditure situation. This file is part of federal efforts to document and manage fuel pricing and consumption across maritime operations. It serves as a resource for reference in government RFPs and grants, ensuring transparent fuel pricing and potentially aiding in budgeting and planning for maritime operations.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from companies capable of providing a Fuel Delivery System (FDS) on commercial medium-range tankers to support U.S. Navy replenishment operations. The FDS must be designed to facilitate fuel transfer under various sea conditions and comply with Navy engineering standards, with operations anticipated to commence on February 2, 2026, and conclude by June 1, 2027. This initiative is crucial for enhancing the Navy's supply chain efficiency and operational readiness, emphasizing the importance of collaboration with qualified contractors in the maritime sector. Interested parties must submit their company information, relevant experience, and estimated costs by September 30, 2024, and can contact Jordan Schwaner or Stephanie Ricker for further details.
    Ship Propulsion Fuel (Bunkers)
    Active
    Dept Of Defense
    Solicitation notice from the DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY, DLA ENERGY is seeking Ship Propulsion Fuel (Bunkers). This procurement is for Distillates & Residuals used as ships' bunkers at various ports Worldwide. The fuel, including Commercial Marine Gas Oil (MGO), Fuel Oil, Intermediate, Grades RME-180 (FO 180), RMG-380 (IFO 380), and Very Low Sulfur Fuel Oil (VLSFO), will be delivered directly into U.S. vessels for DoD and Federal Civilian agencies by barge, truck, or pipeline. The ordering period is October 1, 2023, through September 30, 2024, and the delivery period is October 1, 2023, through October 31, 2024. This is a Requirements-Type, Fixed Price Contract. For more information, contact Mr. Francis Murphy at Francis.c.Murphy@dla.mil. Interested vendors must register in the SEA Card® Online program.
    Dry Cargo TUGCON; USWC to Far East
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command’s Norfolk Strategic Sealift Program Support Office, is seeking information on the availability and pricing for a U.S. flag, ocean-going certified tug to tow the berthing barge YRBM-57 from Naval Base San Diego, CA, to Naval Base Yokosuka, Japan. The requirement includes a single trip scheduled between November 1 and 8, 2024, with the towing operation commencing around November 11, 2024, necessitating a tug with a bollard pull of 55.29 metric tons and the capability for continuous towing without fuel stops. Interested parties are invited to submit vessel details, pricing estimates, and business size information by September 24, 2024, while ensuring compliance with federal small business standards. For further inquiries, contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil.
    TANKER VOYAGE CHARTER
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking a TANKER VOYAGE CHARTER for transportation purposes in TUR. For more information, please refer to the attached Sources Sought Notice N32205-SS-N321-24-016.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    USNS JOHN LENTHALL (T-AO 189) REGULAR OVERHAUL AVAILABILITY (ROH) SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking proposals for the regular overhaul and dry docking of the USNS JOHN LENTHALL (T-AO 189) as part of a federal contract opportunity. The work will be performed at the contractor's facility, with the anticipated period of performance spanning from March 23, 2025, to September 19, 2025, and is designated as a Total Small Business Set-Aside under NAICS code 336611, which pertains to Ship Building and Repairing. Interested parties must submit proposals in response to the forthcoming solicitation, expected to be released on or about September 20, 2024, and are required to complete a Non-Disclosure Agreement to access technical data related to the project. For further inquiries, potential bidders can contact Nancy Bowers at nancy.l.bowers6.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    Amendment 0007 to Solicitation Number SPE608-21-R-0200 1.3B PACOM BUNKERS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting offers for the procurement of Marine Gas Oil (MGO) under Amendment 0007 to Solicitation Number SPE608-21-R-0200, specifically for the BUNKERS PACOM Purchase Program. This open continuous solicitation allows for the submission of new requirements until September 30, 2026, with the current amendment focusing on a delivery quantity of 9,000 metric tons of MGO to Singapore, based on a reference price of $730.57 per metric ton. The procurement is critical for ensuring the availability of fuel oils necessary for military operations in the Pacific region. Interested vendors must submit their offers by September 23, 2024, at 1:00 PM ET, and are encouraged to contact Dennis Gomez at Dennis.Gomez@dla.mil or Jasper Pili at Jasper.Pili@dla.mil for further details.
    Voluntary Tanker Agreement (VTA)
    Active
    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.
    USNS HARVEY MILK_ Seal Cartridge_ Sole Source (Defense Maritime Solutions INC.)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure specific parts from Defense Maritime Solutions Inc. for the USNS Harvey Milk, specifically focusing on the Main Bilge Pump Assembly. This procurement involves brand-name components, including pressure transmitters and mechanical seals, which are critical for maintaining operational readiness and safety of naval systems. The required delivery date for these items is December 18, 2024, and interested vendors must submit their quotes by September 19, 2024, ensuring compliance with federal acquisition regulations. For further inquiries, potential bidders can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.