This solicitation is for the charter of one U.S. Flag, Jones Act Qualified, Offshore Supply Vessel (OSV) to support Explosive Ordnance Disposal (EOD) Group Two/Mobile Dive And Salvage (MDS) diving operations and training exercises. The acquisition is being conducted under FAR Part 12 Simplified Procedures, and the government contemplates a firm-fixed-price contract award.
Vessel Type: One U.S. Flag, Jones Act Qualified Offshore Supply Vessel (OSV).
Operations Support: Support EOD Group Two/MDS diving operations and training exercises.
Geographic Area: Gulf of Mexico, Key West, Florida, and Caribbean.
Endurance: Up to 14 days underway without resupply.
Sea State Capability: Operate in Sea State 5, conduct small boat/diver launch/recovery in Sea State 3.
Water Depth: Facilitate operations in 40 – 1,000 feet.
Speed: Minimum 10 knots transit speed.
Dynamic Positioning: Operable DP2 system or equivalent, capable of maintaining station within a 150-foot radius in up to 30 knots winds and Sea State 5, with two qualified DP Officers.
Sponsor Mission Equipment (SME): Includes recompression chambers, fly-away mixed gas systems, MILVANS for UUVs, small air mobile shelters, combat rubber raiding craft, rigid hull inflatable boats, RHIB cradles, air compressors, and explosive ready service lockers. Specific weights and dimensions are provided.
Contractor Furnished Equipment (CFE): Includes fuel storage tanks, AEDs, rigging equipment, drying racks, bottle racks, deck lighting, and a 450-gallon gasoline storage tank.
Deck Space: Minimum 5,500 sq. ft. of contiguous open deck space with unobstructed overhead and sufficient strength for SME/CFE, with universal four-point lashing capability.
Launch & Recovery System: Crane or a-frame capable of handling SME items, supporting 24-hour launch/recovery services, and capable of lifting up to 60,000 lbs.
Electrical Power: Four 480 VAC, 100-amp outlets; four 220 VAC, 60-amp outlets; and four 208 VAC, 60-amp outlets.
Potable Water: Minimum 2,000 gallons/day for personnel and 1,300 gallons/day for fresh water use.
Administrative Space: 250 sq. ft. for up to 25 personnel, with tables, seating, power outlets, projector/screen or TV, and WIFI.
Meals & Hotel Services: Three galley-prepared meals and hotel services for up to 35 embarked personnel.
Berthing: For up to 35 embarked personnel (in addition to crew), with no more than six per stateroom.
Port Services: Contractor to arrange and employ an agent for port services.
Communications: Marine VHF, ship's cell phone, and integration of mission equipment communications.
Navigation Equipment: Gyrocompass, GPS, radar (25 nm surface search capability).
Climate Control: Communications equipment and interior berthing/workspaces to be climate-controlled.
Laundry: 24-hour laundry facility for 35 personnel.
Site Survey: Vendor must permit USG personnel to visit the ship 15-45 days prior to delivery for a Pre Delivery Site Survey (PDSS).
Documentation: Provide vessel description/characteristics, COI, COD, or classification society equivalent, photos, and all deliverables per MSC SPECIALTIME proforma.
Contract Type: Firm-fixed-price contract.
Charter Period: About 30 days.
Layday: Commencing/cancelling 27 April 2026.
Offer Due Date: Monday, 09 March 2026, at 1100 Eastern Time.
Submission Requirements: Must include at least a ship name, price, and signature. No JPEG files.
Evaluation: Award will be made to the responsible offeror whose technically acceptable proposal represents the lowest price to the Government. Factors include Technical and Price. Fuel consumption will be evaluated based on specific underway and in-port days.
Set-Aside: Unrestricted.
NAICS Code: 483111.
Proforma documents are available upon request.
Increased e-mail security may cause delays in receipt; submit offers as soon as possible.
Expired offers will be excluded from competition.
Spot charter; sections addressing extended term charters are not applicable.
Part VI includes numerous amended and added FAR and DFARS clauses. Key amendments include those related to business ethics, service contract reporting, whistleblower rights, small business concerns, convict labor, and equal opportunity. DFARS clauses related to identification of expenditures and assignment of claims are also amended.
Part IX includes attachments for Wage Determination and Fuel Consumption Template.
Part X includes instructions for offerors regarding vessel documentation and specifications.
Part XI details the evaluation criteria, emphasizing technical acceptability and lowest price, with specific considerations for fuel consumption and domestic shipyard usage.