WPAC MR TANKER
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 (MSC) Headquarters Norfolk, is soliciting proposals for a Fixed-Priced Time Charter for one clean, USCG approved, double hull tanker (U.S. Flag or foreign flag to be reflagged prior to delivery). This vessel must be equipped with an Inert Gas System (IGS) and Segregated Ballast Tanks (SBTs), capable of carrying a minimum of 240,000 BBLS of clean petroleum products (JP5, JP8, JAA, JA1, or F76). The service is crucial for the Defense Logistics Agency Energy to replenish fuel pipelines and support US Navy and Department of Defense operations within the INDOPACOM Area of Responsibility (AOR). Proposals are due by 13:00 Eastern Time on February 13, 2026.
Scope of Work
The required tanker must meet specific particulars, including a maximum Length Overall (LOA) of 190 meters, maximum Deadweight Tonnage (DWT) of 50,000 MT, a 10-Ton boom/crane, and a minimum of three segregations with double valve isolation. It must be capable of machine-washing cargo tanks underway and performing cargo operations at offshore facilities, anchorages (lightering), and underway via Fueling at Sea (CONSOL) stations and Fuel Delivery Stations (FDS). The vessel must maintain a minimum Speed of Advance (SOA) of 13 knots and provide at least 12 berths for government personnel. The operating company must possess ISO 9001 QMS Certification.
Contract Details
- Contract Type: Fixed-priced time charter with reimbursable elements for the main charter, and a Firm-Fixed Price (FFP) option for the Fuel Delivery Station (FDS).
- Duration: A Base Period of one (1) year (365 days), followed by three (3) 1-year option periods and one 11-month (334-day) option period.
- Place of Performance: INDOPACOM AOR, with delivery/redelivery in the Western Pacific/Sea of Japan (intentions Ulsan/Busan, KOR, and Sasebo, JPN).
- Laydays: Commencing June 11, 2026, and Cancelling September 10, 2026.
- Set-Aside: None (Full and Open Competition).
Key Requirements & Deliverables
Bidders must provide detailed technical specifications, including SIRE inspection participation, Q-88, SMC, ISSC, and COI. The contract includes comprehensive requirements for Chemical, Biological, Radiological, and Nuclear (CBRN) defense, a Shipboard Security System (SSS) (Hull Perimeter Lighting, CCTV, IDS, AWS), and Force Protection (FP) measures. A Contract Data Requirement List (CDRL) specifies ongoing reporting for position, voyage, fuel, port expenses, and security plans. Crew complement and associated costs must comply with the Service Contract Act. Government Furnished Property (GFP) will be provided.
Submission & Evaluation
Proposals, consisting of Business, Technical, and Price components, must be submitted via email in Adobe Acrobat (.pdf) format. The government will calculate the Total Evaluated Price. Offerors must complete all Tank Time Charter Boxes (1-97) in Part I of Attachment (01) and provide evidence for affirmative responsibility determination.
Timeline
- Offer Due Date: February 13, 2026, at 13:00 Eastern Time.
- Anticipated Laydays: June 11, 2026 - September 10, 2026.
Amendments
This solicitation has undergone multiple amendments, extending the offer due date and revising various attachments, including the core RFP (Attachment 01), Performance Work Statement (Attachment 02), Technical Offer Worksheet (Attachment 20), and adding a Questions & Answers document (Attachment 21). Bidders must refer to the latest versions of all attachments.