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, has issued a Solicitation (N3220526R0005) for a fixed-priced time charter of one clean, USCG approved, double hull tanker. This vessel, which must be U.S. Flag or reflagged foreign flag prior to delivery, is required to have an Inert Gas System (IGS) and Segregated Ballast Tanks (SBTs). It must be capable of carrying a minimum of 240,000 BBLS of clean petroleum products (JP5, JP8, JAA, JA1, or F76) within the INDOPACOM AOR. Proposals are due by February 06, 2026, at 13:00 Eastern Time.
Scope of Work
The required tanker will serve as the primary marine transportation for Defense Logistics Agency Energy fuels throughout the INDOPACOM AOR, supporting the US Navy and Department of Defense. Key vessel specifications include:
- Minimum load capacity of 240,000 BBLS at a draft not exceeding 12.8 meters.
- Maximum Length Overall (LOA) of 190 meters and Maximum Deadweight Tonnage (DWT) of 50,000 MT.
- Equipped with a 10-Ton boom or crane, three segregations with double valve isolation, and the ability to machine-wash cargo tanks underway.
- Capable of cargo operations at offshore petroleum facilities, anchorages (lightering), and underway via fueling at sea (CONSOL) stations and Fuel Delivery Stations (FDS).
- Maintain a minimum Speed of Advance (SOA) of 13 knots in moderate weather and provide 12 berths for government personnel.
- The Fuel Delivery Station (FDS) Option is a mandatory, firm-fixed-price requirement.
Contract & Timeline
- Contract Type: Fixed-priced time charter with reimbursable elements.
- Set-Aside: None (Full and Open Competition).
- Charter Period: A one-year base period (365 days), followed by three 1-year option periods and one 11-month (334-day) option period.
- Laydays: Commencing June 11, 2026, and Cancelling September 10, 2026.
- Offer Due Date: February 06, 2026, 13:00 Eastern Time.
- Published Date: January 22, 2026.
Evaluation
Award will be based on evaluation criteria detailed in Part XI of Attachment (01). The government will calculate the Total Evaluated Price, which will include the cost of the mandatory FDS Option. Offerors must submit proposals via e-mail as specified in Part X(b)(3) of Attachment (01).
Additional Notes
This solicitation includes numerous attachments covering detailed requirements such as the Performance Work Statement (PWS), Collective Bargaining Agreements (CBAs), Contract Data Requirement List (CDRL), Force Protection (FP) requirements, and a Technical Offer Worksheet. Amendment 0001, issued on January 22, 2026, extended the offer due date and revised several attachments. Access to Attachments (04a) and (04b) has been changed to "Public." Questions and Answers are provided in Attachment (21). Primary contact is Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil.