Opportunity
SAM #N3220526R6083
U.S. Navy Seeks 60-Day Charter of Jones Act Tanker Vessel for Petroleum Transport
Buyer
MSC Norfolk
Posted
April 30, 2026
Respond By
May 07, 2026
Identifier
N3220526R6083
NAICS
488390, 483113, 532411, 483111
The U.S. Navy's Military Sealift Command (MSC), through its Norfolk headquarters and Strategic Sealift Program Support Office, is soliciting proposals for a 60-day time charter of a U.S. Jones Act-compliant tanker vessel for petroleum transport. - Government Buyer: - Department of the Navy, Military Sealift Command (MSC), Strategic Sealift Program Support Office (N103A), MSC Norfolk - Primary Requirement: - Charter of one clean, approved U.S. Jones Act Articulated Tug and Barge (ATB), Integrated Tug and Barge (ITB), or Non-connected Tug and Barge - Vessel must have an Inert Gas System (or equivalent) and Segregated Ballast Tanks - Minimum capacity: 150,000 barrels of clean product (JP5/F76/JAA) in designated cargo tanks - Key Technical and Operational Requirements: - Vessel must arrive at load port clean and gas-free for DLA-E QAR tank inspection - Certified marine chemist required for tank entry certification; benzene toxicity testing if applicable - No copper/copper alloys in cargo-contact systems unless DLA-E waiver is granted - Ability to clean/inert tanks within 3 days; hot wash not to exceed 58°C - Ship-to-ship (STS) and lightering capability required - Oil spill protection and cleanup arrangements must be in place - Regular reporting every 6 hours during charter - Spain–Gibraltar next-port prohibition - If requested, support for shipment of DRAKE c-UAS system - Optional requirements may include: secure communications/space, armed security team, fuel monitoring/reporting system - Place of Performance and Delivery: - U.S. West Coast, with likely delivery at Selby, CA and redelivery at Puget Sound, WA - Contract Duration and Options: - Base period of approximately 60 days, with possible extension up to 6 months at the Government's option - No specific OEMs or vessel manufacturers are named; procurement is open to all responsible sources
Description
Please see the attached RFP and supporting documents.