CHARTERED MARITIME VESSEL SUPPORT SERVICES

SOL #: N0060426Q4006Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PEARL HARBOR
PEARL HARBOR, HI, 96860-4549, United States

Place of Performance

San Diego, CA

NAICS

Commercial Air (532411)

PSC

Lease Or Rental Of Equipment: Ship And Marine Equipment (W020)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Jan 24, 2026
3
Submission Deadline
Jan 28, 2026, 9:59 AM

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 NAVSUP Fleet Logistics Center, Pearl Harbor (FLCPH) is soliciting proposals for Chartered Maritime Vessel Support Services to support U.S. Navy Explosive Ordnance Disposal (EOD) training evolutions for EODTEU-1. This unrestricted requirement seeks a Firm-Fixed-Price (FFP) purchase order for vessel operations in the Southern California (SOCAL) area. Responses are due by January 28, 2026.

Scope of Work

The contractor shall provide a dedicated, manned, and operated maritime vessel and ancillary services for Mine Countermeasure (MCM) operations, minefield maintenance, and non-diving training. The vessel must accommodate personnel, small boats, ancillary equipment, and a certified hyperbaric chamber, supporting loading, storage, and discharge of Government materials, including explosive materials. Operations will occur in water depths between 40-1,000 feet.

Key Vessel & Support Requirements

  • Vessel: USCG certified, ABS classified, Jones Act-qualified, US-flagged. Minimum 1,080 sq ft deck space, capacity for 16 passengers, and ability to launch/recover two small boats via organic crane. Must have onboard refueling for small craft, messing and berthing for 16 embarked personnel (plus crew), and shower facilities. Capable of at-sea transfer up to sea state three (3) and supporting operations up to sea state five (5). A single point mooring system and an alternate vessel for catastrophic failure are required.
  • Logistics: Contractor facility within 25 miles of San Diego, CA, including a pier and a 30-ton capacity crane for mobilization/de-mobilization.
  • Personnel Support: Provide three galley-prepared cafeteria-style meals daily for up to 16 embarked personnel (not crew), including at least two hot meals, to-go meal capability, and snacks, adhering to the Special Operations Forces Nutrition Guide.
  • Operations: 24-hour, as-needed support from Sunday 0001 to Friday 2359. Safety Stand-Downs due to USCG advisories are considered billable time.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) Purchase Order
  • NAICS Code: 532411 (Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing)
  • Small Business Standard: $45.5 million
  • Set-Aside: Unrestricted (Full and Open)
  • Period of Performance: Vessel operations are a firm requirement from February 1, 2026 – February 6, 2026.
  • Place of Performance: Contractor facility near San Diego, CA; operations in Southern California (SOCAL) area, up to 50 nautical miles from home port.

Submission & Evaluation

Quotes will be evaluated for technical acceptability and price fair and reasonableness. Award will be made to the responsible Quoter whose quote is most advantageous, considering technical acceptability, price, and past performance. Offerors must submit unit price and total extended price for CLIN 0001 and a valid vendor quote demonstrating capability without exceptions to the PWS or solicitation terms.

Important Notes

This is a combined synopsis/solicitation. Amendments have been issued, including a revised PWS (Attachment 4) and vendor Questions & Answers (Attachment 5). There is no incumbent contractor for this specific requirement. All offerors must be registered in SAM.gov.

People

Points of Contact

RACHEL TAMASHIROPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Jan 24, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View
CHARTERED MARITIME VESSEL SUPPORT SERVICES | GovScope