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) is soliciting proposals for a Firm Fixed-Price time charter for one Medium Range (MR) Tanker to provide clean petroleum product transportation services in the INDOPACOM AOR. The vessel must be USCG approved, double-hulled, and capable of carrying a minimum of 240,000 BBLS of specified clean petroleum products. Proposals are due February 13, 2026.
Scope of Work
This solicitation, N3220526R0005, requires a clean, USCG approved, U.S. Flag or re-flagged foreign flag double hull tanker equipped with an Inert Gas System (IGS) and Segregated Ballast Tanks (SBTs). The vessel must carry a minimum of 240,000 BBLS of clean petroleum products (JP5, JP8, JAA, JA1, or F76) within designated cargo tanks with double valve isolation. Key vessel particulars include a maximum Length Overall (LOA) of 190 meters, maximum Deadweight Tonnage (DWT) of 50,000 MT, a 10-Ton boom/crane, three segregations, machine-washable cargo tanks, and the ability to operate at offshore facilities, anchorages, and underway via CONSOL and Fuel Delivery Stations (FDS). A minimum Speed of Advance (SOA) of 13 knots in moderate weather is required, along with 12 berths for government personnel.
Contract & Timeline
- Type: Firm Fixed-Price Time Charter with reimbursable elements.
- Duration: One (1) year base period, three (3) 1-year option periods, and one 11-month/334-day option period.
- Set-Aside: Unrestricted (Full and Open Competition).
- Delivery/Redelivery: Western Pacific/Sea of Japan (intentions Ulsan/Busan, KOR and Sasebo, JPN).
- Laydays: Commencing June 11, 2026, Cancelling September 10, 2026.
- Proposal Due: February 13, 2026, at 13:00 Eastern Time.
- Published: February 4, 2026 (latest amendment).
Key Requirements
The solicitation includes detailed requirements for a Fuel Delivery Station (FDS), which is a mandatory, Firm-Fixed Price option, and CONSOL (Consolidated Station) for Refueling at Sea (RAS) operations. Comprehensive Force Protection (FP) measures are mandated, including Hull Perimeter Lighting, CCTV, Intrusion Detection Systems, and Crew-Served Weapon Gun Mounts, along with specific training and personnel requirements. Chemical, Biological, Radiological, and Nuclear (CBRN) Defense Requirements specify equipment, training, and a decontamination station. Contractors must also adhere to Collective Bargaining Agreements (CBAs) for both licensed and unlicensed personnel. A Contract Data Requirement List (CDRL) outlines extensive reporting obligations, including System Security Plans due within 30 days of award. Government Furnished Property (GFP) will be provided.
Submission & Evaluation
Offerors must submit a Business Proposal, Technical Proposal, and Price Proposal via e-mail in Adobe Acrobat (.pdf) format. Evaluation will consider technical acceptability and price, with a preference for domestic shipyards. Detailed pricing data, crew complement information, and a Technical Offer Worksheet must be completed.
Additional Notes
This solicitation has been amended multiple times. The latest amendment (A0003) extended the proposal due date to February 13, 2026. Attachments (04a) and (04b) (CBAs) are now publicly accessible. For questions, contact Jordan Schwaner (jordan.t.schwaner.civ@us.navy.mil) or F. Carley Orvin (franklin.c.orvin.civ@us.navy.mil).