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, Military Sealift Command (MSCHQ NORFOLK), is soliciting proposals for a Dry Cargo Voyage Charter (Solicitation N3220526R6061). This Total Small Business Set-Aside opportunity seeks a U.S. Flag, Jones Act compliant tug and self-sustaining barge to transport containerized ammunition. Proposals are due March 13, 2026, at 11:00 AM Eastern Time.
Scope of Work
This acquisition requires a vessel capable of transporting a minimum of 60 TEUs of containerized ammunition (Hazard Classes/Divisions 1.1-1.4S) in 20-foot ISO shipping containers. The vessel must be an ABS certified, self-sustaining barge with a Reach Stacker (min 18m reach, 35,000 lbs lift) and a U.S. Flag, Jones Act compliant tug. Key dimensions include a Length Overall (LOA) not exceeding 687 ft. and a laden draft not exceeding 31.5 ft.
The mission involves loading at Military Ocean Terminal Concord (MOTCO), CA (Available Load Date: April 29, 2026), discharging at West Loch Wharves 4 & 5, Pearl Harbor, HI (Latest Arrival Date: May 11, 2026), and then loading at Pearl Harbor for discharge back at MOTCO, CA (Latest Arrival Date: May 21, 2026). Total laytime for the entire mission is 3 days, SSHEX. Stowage must comply with 49 CFR Part 176.170(e) and ensure segregation of munitions containers.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: Implied by specific load and discharge dates in April and May 2026.
- Estimated Value: Not stated.
Submission & Evaluation
Offers are due electronically by March 13, 2026, at 11:00 AM Eastern Time. Minimum submission requirements include the ship name, price, and signature. Proposals should be submitted via email in Adobe Acrobat (.pdf) format. Evaluation will be based on FAR 52.212-2, Commercial Items (tailored pursuant to FAR 12.205(a)) – SPOT CHARTER, considering technical capability and price, with a preference for technically acceptable offers in the highest VISA priority category that have the lowest price. Large businesses must submit a Small Business Subcontracting Plan.
Key Documents & Clarifications
The solicitation includes RFP N3220526R6061 and supporting documents like the DRYVOY 2026 (02-26) Boxes form for vessel specifications and pricing. Q&A 0001 provides clarifications on lashing gear, stow plan format, reach stacker requirements, and operational details, emphasizing that these are clarifications and do not amend the solicitation. A U.S. Department of Labor Wage Determination is also provided, outlining mandatory minimum wage rates and fringe benefits for deep sea vessel services. Offerors must also complete a Shipyard Data Template detailing vessel maintenance history.
Eligibility & Notes
This is a Total Small Business Set-Aside with NAICS Code 483111 (Marine Charter For Things). Vessels must be Jones Act compliant. Offerors must acknowledge all terms and conditions. Increased email security may cause delays, so early submission is advised. No JPEG files are accepted. Red Sea, Bab Al-Mandeb Straits, and Gulf of Aden are designated imminent danger pay locations.