DRY CARGO VOYAGE 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's Military Sealift Command (MSC) is conducting market research through a Sources Sought Notice for a Dry Cargo Voyage Charter. This Request for Information (RFI) seeks U.S. and foreign flag, self-sustaining vessels capable of transporting one U.S. Navy Valiant-Class Harbor Tugboat (YT) from Bremerton, Washington, USA, to Yokosuka, Japan. Both Float-On/Float-Off (FLO/FLO) and Lift-On/Lift-Off (LO/LO) options will be considered. Responses are due by 10:00 AM ET on February 13, 2026.
Scope of Work
MSC requires information on vessels to load, transport, and discharge a single U.S. Navy Valiant-Class Harbor Tugboat (YT) with dimensions of approximately 90 FT LOA, 38.25 FT BREADTH, 16.5 FT DRAFT, and 410.95 LT displacement. The load port is Bremerton, Washington, and the discharge port is Yokosuka, Japan. The Available Load Date (ALD) is prompt, with respondents asked to provide their earliest availability and a 10-day layday window.
Information Requested
Interested parties must provide:
- Vessel & Rate Information: Complete vessel description, area to be stowed, prospective FLO/FLO location, vessel range, estimated load/discharge time, voyage duration, number of super cargo vessels supported, lump-sum price (including Independent Marine Surveyor (IMS) costs, securing gear, fastenings), and demurrage rate.
- Company Information: Name, telephone, email, small business standing (e.g., small or large business, HUBZone status), details on possible subcontracting opportunities (for large businesses), and Unique Entity Identifier.
Specific Requirements
The charter will operate under MSC DRYVOY 2026 FLO-FLO Terms. Contractors are responsible for providing the cradle, cribbing, blocking, and seafastening for ocean transport, cargo gas free certification, and temporary toilet facilities during FLO/FLO operations. The lump-sum price must include technical planning, IMS costs, and the towing of the YT from Bremerton to the loading site and from the offload site to Yokosuka. All planning, towing, loading, transit, and discharge must adhere to the U.S. Navy Towing Manual.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified; however, respondents should indicate their small business status (NAICS 483111, 1,050 employees size standard).
- Response Due: February 13, 2026, by 10:00 AM ET
- Published: February 6, 2026
Additional Notes
This RFI is for market research purposes only and does not constitute a commitment by the government to award a contract or pay for any costs incurred in response.