HI-PAPAHANAUMOKUAKEA MRNE-SMALL VESSEL
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 U.S. Fish and Wildlife Service (FWS) is soliciting quotes for Small Vessel Charter Services to support conservation projects within the Papahānaumokuākea Marine National Monument (PMNM) and Pacific Islands Heritage Marine National Monument (PIHMNM). This is a Total Small Business Set-Aside for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The requirement is for a one-year base period plus four one-year options, with one to three trips annually originating from Honolulu, HI. Quotes are due April 10, 2026, at 10:00 AM local time.
Scope of Work
The contractor will provide an oceangoing vessel and crew capable of extended ocean travel to transport up to 12 passengers from Oahu, HI, to remote islands like Nihoa, Kapou, and Johnston Atoll. Services include:
- Safe transport of personnel and gear, including landing shore parties in surf on rough terrain using two operational small boats.
- Providing clean and sanitary accommodations, room, and board for up to 12 passengers for at least 21 days at sea, including 12 individual beds, potable water, and two heads/showers.
- Deck storage (at least 200 sq ft) and dry interior storage (at least 100 cu ft) for scientific and camp gear.
- Compliance with biosecurity measures (e.g., rodent/ant inspections) and waste management regulations (MARPOL 73/78), including blackwater/graywater storage for Special Preservation Areas.
- Supporting fieldwork such as invasive species removal, native species monitoring, and endangered finch translocation, potentially requiring climate-controlled spaces.
- Maintaining a minimum cruising speed of 8 knots and possessing USCG-approved safety, navigation, and communication devices.
- The vessel owner/operator must provide a Stability Report.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Commercial Services, Single-Award IDIQ.
- Solicitation Number: 140F0S26Q0020.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 483111, Size Standard: 500 employees.
- Period of Performance: One-year base period (April 13, 2026 - April 12, 2027) plus four one-year option periods, for a potential total of five years.
- Product Service Code: V115 (Vessel Freight).
Submission & Evaluation
- Response Due: April 10, 2026, 10:00 AM local time.
- Submission Method: Electronic quotes via email to Robert_Sung@ios.doi.gov.
- Evaluation Criteria: Technical Acceptability (including Past Performance) and Price. Technical Acceptability and Past Performance are approximately equal to cost or price; no tradeoffs are permitted. Award will be made to the lowest evaluated price that meets or exceeds acceptable technical standards. Past performance will be assessed via CPARS/FAPIIS.
- Required Documents: Vendors must complete a price catalog (Excel spreadsheet provided) and provide proof of vessel/crew capabilities.
- Requests for Information (RFIs): Must be submitted in writing via email to Robert_Sung@fws.gov at least 3 days prior to the solicitation closing date.
Additional Notes
This solicitation incorporates FAR Parts 12 and 13. Bidders should review the attached Statement of Work (SOW), Wage Determination (SCA WD), and Task Order specifications for detailed requirements and labor cost considerations. The Wage Determination specifies minimum wage rates and fringe benefits for various occupations, including paid sick leave under EO 13706.