90-DAY TANKER TIME CHARTER
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, Military Sealift Command Headquarters (MSCHQ) Norfolk, is soliciting proposals for a 90-day Tanker Time Charter. This is a firm-fixed-price contract for a tanker vessel capable of transporting clean product. An amendment (A0001) has been issued, clarifying terms and adding Class Deviations. Proposals are due March 4, 2026, at 11:00 AM Eastern Time.
Scope of Work
The requirement is for one clean, approved, U.S. or foreign flag, double-hull tanker. Key specifications include:
- Capacity: Minimum 40,000 bbls of clean product (intended for JP8).
- Features: Inert Gas System (IGS), Segregated Ballast Tanks (SBT), functioning bow/jet thruster, minimum of 3 segregations with double valve isolation.
- Compliance: Must be party to the Ship Inspection Report (SIRE) System and provide a Q-88. Various certifications (Safety Management, International Ship Security, USCG) are required.
- Performance: Maintain a minimum Speed of Advance (SOA) of 12 knots in moderate weather while laden.
- Dimensions: Maximum Length Overall (LOA) of 108 meters.
Contract & Timeline
- Type: Firm-Fixed-Price Time Charter (Spot).
- Period of Performance: Approximately 90 days.
- Set-Aside: Unrestricted.
- Response Due: March 4, 2026, 11:00 AM ET.
- Published Date: March 2, 2026 (Amendment A0001 and Q&A 0001). Original RFP published February 25, 2026.
Evaluation
Award will be based on the Lowest Price Technically Acceptable (LPTA) offer. Evaluation factors include technical capability, price (charter hire rate, fuel price, other pricing elements), and compliance with the solicitation. Fuel calculations will use a provided template and FY2025 DLA standard fuel prices. Preference may be given to U.S. flag vessels and those with 50% or more overhaul, repair, and maintenance work conducted in a U.S. shipyard.
Submission Requirements & Notes
- Proposals must include at least a ship name, a price, and a signature. No JPEG files are accepted.
- Amendment A0001 clarifies that Owner/Offeror must agree to all terms and conditions as per TANKTIME 2026 (02-26); counteroffers are generally not acceptable without charterer confirmation.
- Amendment A0001 also adds a list of Class Deviations related to FAR and DFARS in Part VI, which may impact compliance.
- A Q&A document clarifies that there is no