CHARTERED MARITIME VESSEL SUPPORT SERVICES
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 NAVSUP Fleet Logistics Center, Pearl Harbor (FLCPH), a component of the Department of the Navy, is soliciting responses for Chartered Maritime Vessel Support Services. This unrestricted opportunity seeks a qualified contractor to provide a manned vessel and ancillary services for Explosive Ordnance Disposal (EOD) training evolutions in the Southern California (SOCAL) area. Quotes are due by January 28, 2026, at 9:59 AM HST.
Scope of Work
The contractor will provide a dedicated, manned, and operated vessel to support U.S. Navy EODTEU-1 for Mine Countermeasure (MCM) operations, minefield maintenance, and non-diving training in water depths of 40-1,000 feet. The vessel must accommodate personnel, small boats, ancillary equipment, and a certified hyperbaric chamber, including the loading, storage, and discharge of Government materials, such as explosive materials.
Key Vessel Requirements (Revised PWS):
- Minimum 1,080 sq ft deck space.
- Capacity for 16 embarked personnel, plus vessel crew.
- Ability to launch/recover two small boats via organic crane.
- Onboard refueling capability for small craft.
- Messing facilities: Three galley-prepared, cafeteria-style meals daily for up to 16 embarked personnel (two hot meals, to-go capability, snacks), adhering to the Special Operations Forces Nutrition Guide.
- Berthing for up to 16 embarked personnel with accompanying male/female shower facilities.
- USCG certified, ABS classified, Jones Act-qualified, and US-flagged.
- Capable of supporting operations up to sea state five (5) and maintaining a minimum transit speed of five (5) knots.
- Provision of one alternate vessel with similar or greater capabilities in case of catastrophic failure.
- Mobilization/de-mobilization equipment and facilities (pier, 30-ton crane) located within 25 miles of San Diego, CA.
Contract & Timeline
- 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.
- Period of Performance: February 1, 2025 – February 6, 2026 (continuous at-sea operations).
- Place of Performance: Contractor facility within 25 miles of San Diego, CA; operations in the Southern California (SOCAL) area, up to 50 nautical miles from home port.
- Response Due: January 28, 2026, at 9:59 AM HST.
- Published Date: January 23, 2026.
Evaluation
Quotes will be evaluated for technical acceptability and price fair and reasonableness. Award will be made to the responsible Quoter whose submission is most advantageous to the Government, considering technical acceptability, price, and past performance.
Additional Notes
This is a combined synopsis/solicitation (RFQ N0060426Q4006); a written solicitation will not be issued. Offerors must be registered in the SAM database and familiar with applicable FAR and DFARS clauses. Contact: Rachel Tamashiro, rachel.m.tamashiro.civ@us.navy.mil.