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 HQ Norfolk) is soliciting proposals for a Fixed-Price Time Charter for one clean, USCG approved, double hull Medium Range (MR) Tanker capable of transporting clean petroleum products. This opportunity is for operations within the INDOPACOM AOR, specifically the Western Pacific/Sea of Japan. Proposals are due February 06, 2026, at 13:00 Eastern Time.
Scope of Work
The solicitation requires a tanker 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) within designated cargo tanks with double valve isolation. The vessel must be U.S. Flag or foreign flag to be reflagged prior to delivery. Key specifications include:
- Maximum Length Overall (LOA) of 190 meters and Maximum Deadweight Tonnage (DWT) of 50,000 MT.
- A 10-Ton boom or crane, three segregations with double valve isolation, and ability to machine-wash cargo tanks underway.
- Capability for cargo operations at offshore facilities, anchorages, and underway via CONSOL 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 operating company must possess ISO 9001 QMS Certification.
Contract Details
- Type: Fixed-Price Time Charter with reimbursable elements. The Fuel Delivery Station (FDS) Option is a Firm-Fixed Price requirement.
- Period of Performance: A base period of one year (365 days), followed by three 1-year option periods and one 11-month (334-day) option period. Laydays commence June 11, 2026, with a cancelling date of September 10, 2026.
- Set-Aside: None (Full and Open Competition).
Submission Requirements
Offerors must submit proposals via e-mail in Adobe Acrobat (.pdf) format, including a Business Proposal, Technical Proposal, and Price Proposal. Key attachments to be completed include the Tank Time Charter Boxes in PART I of Attachment (01), the Technical Offer Worksheet (Attachment 20), Basic Pricing Data (Attachment 06), and Crew Complement (Attachment 07). Offerors must also provide evidence for affirmative responsibility determination per FAR 9.104-1. System Security Plans are due within 30 days of contract award.
Evaluation Criteria
Evaluation will be based on technical acceptability and price, with a preference for domestic shipyards.
Key Dates & Contacts
- Offer Due Date: February 06, 2026, 13:00 Eastern Time.
- Primary Point of Contact: Jordan Schwaner (jordan.t.schwaner.civ@us.navy.mil, 15642264538).
- Secondary Point of Contact: F. Carley Orvin (franklin.c.orvin.civ@us.navy.mil, 15642303731).