180-day Special Time Charter with One 180-day Option
ID: N3220525R4069Type: Presolicitation
AwardedMay 27, 2025
$17.7M$17,724,036
AwardeeOFFSHORE AVIATION LLC Piney Point MD 20674 USA
Award #:N3220525C4027
Overview

Buyer

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

NAICS

Deep Sea Passenger Transportation (483112)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command Norfolk, is issuing a Request for Proposals (RFP N3220525R4069) for a 180-day special time charter of a vessel to support Naval Special Warfare training in Pearl Harbor, HI. The selected contractor will provide a firm-fixed-price contract for a vessel capable of operating for 30 days without resupply, accommodating 25 personnel, and supporting 24/7 operations, including the transport, launch, and recovery of underwater vehicles such as SEAL Delivery Vehicles (SDVs) and Rigid Hull Inflatable Boats (RHIBs). This procurement is critical for ensuring the operational readiness of naval forces and compliance with stringent maintenance and security standards, including cybersecurity requirements. Proposals are due by April 23, 2025, with the contract expected to commence on June 1, 2025, and interested parties can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The U.S. Department of Labor's Wage Determination No. 2019-0288 outlines minimum wage rates and fringe benefits for service contracts under the Service Contract Act. Effective January 30, 2022, contractors must pay covered workers at least $17.75 per hour based on Executive Order 14026 or $13.30 under Executive Order 13658, depending on the contract terms and date of award. The wage determination applies to various coastal U.S. ports and lists specific occupations and associated wage rates for deep sea vessel services. Key benefits include health and welfare payment rates, paid vacation, and holiday requirements, along with stipulations regarding uniform allowances. Notably, relevant regulations state that additional classifications not listed can be requested via Standard Form 1444, and the Wage and Hour Division will set applicable rates. The document also emphasizes compliance with safety procedures and protections for workers, such as paid sick leave under Executive Order 13706. Overall, this wage determination serves to ensure fair compensation and benefits for workers engaged in federal service contracts, maintaining alignment with federal labor laws and standards.
    The document outlines the requirements for a technical offer related to vessel procurement for government purposes, emphasizing compliance with maritime regulations. Offerors must ensure that their vessels meet cargo carrying standards and are compliant with the Jones Act, as well as possess certifications necessary for non-coastwise voyages. Key submissions include the vessel's Safety Management Certificate (SMC), International Ship Security Certificate (ISSC), Certificate of Inspection (COI), and Certificate of Documentation (COD). In the case of new constructions, Offerors must guarantee these certifications will be obtained and shared post-award. Additionally, Offerors must confirm that the vessel's specifications, including deck size, crane capacity, and passenger accommodations, fulfill all Request for Proposal (RFP) requirements. This detailed framework aims to ensure that selected vessels meet safety, security, and operational standards crucial for government operations in maritime contexts.
    The Military Sealift Command Norfolk is issuing a Request for Proposals (RFP) N3220525R4069 for the charter of a vessel to support Naval Special Warfare training in Pearl Harbor, HI. This procurement follows FAR Part 12 regulations for contracts through negotiation, focusing on a firm-fixed-price contract for the operation of specialized vessels capable of transport, launch, and recovery of various underwater vehicles, including SEAL Delivery Vehicles (SDVs) and Rigid Hull Inflatable Boats (RHIBs). The contractor must ensure the vessel can operate for 30 days without resupply, support 24/7 operations, and accommodate 25 personnel, while adhering to strict maintenance and classification standards. Key operational requirements include dynamic positioning capability, a crane or A-frame for launching and recovering crafts, and robust support for food services, utilities, and hotel services for embarked government personnel. The RFP emphasizes cybersecurity requirements and necessitates compliance with security regulations, including the handling of classified material. The contract's initial term is for 180 days, beginning June 1, 2025, with a potential extension for another 180 days. Interested parties are encouraged to submit proposals by April 23, 2025, illustrating their capability to meet these multifaceted operational and security requirements.
    The document outlines the necessary details for including vessels and associated shipyard work within a federal Request for Proposals (RFP). It lists two vessels, Tug ABC and Barge ABC, with an unspecified total cost of $0.00. The submission requires descriptions of any qualifying work performed by both U.S. and foreign shipyards, alongside their respective costs. However, details such as the shipyard names, addresses, and dates of work performed are omitted. This framework suggests that the document is part of a broader process to evaluate proposals that may involve fleet updates or renovations, aiming to ensure compliance with government standards for vessel maintenance. The lack of financial figures indicates potential future filing requirements rather than completed transactions. Overall, this document serves to gather necessary information for evaluating proposals related to maritime vessels.
    This document outlines the fiscal year 2024 pricing structure for fuel used by the government, specifically focusing on the Defense Logistics Agency (DLA) standard fuel prices for marine fuel types, including MGO (Marine Gas Oil) and MDO (Marine Diesel Oil). It lists various fuel utilization categories such as Fuel Underway (laden and loitering), Fuel Underway (auxiliary), and In Port Idle, each indicating distinct operational conditions for fuel usage. The price is standardized at $1,299.04 per metric ton across all listed categories, reflecting the costs in an open market scenario via the SEACARD program. The document suggests zero costs reported for operational categories, indicating no current fuel expenses documented. Overall, this file serves as an essential reference for determining fuel costs associated with federal initiatives, supporting budgetary considerations within government contracting and grant applications related to maritime operations. Its straightforward layout aids in clarity for budgetary planning and fuel procurement processes across federal, state, and local government agencies.
    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.
    Lease of Small Craft
    Dept Of Defense
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.