LONGSHORING/STEVEDORING 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 Department of the Navy / NAVSUP Fleet Logistics Center Pearl Harbor is conducting a Sources Sought to identify qualified firms capable of providing Longshoring (Stevedoring) and related terminal services on the island of Oahu, Hawaii, specifically at Joint Base Pearl Harbor-Hickam (JBPHH) and Ford Island. This is market research for an anticipated firm-fixed-price Requirements Contract with a one-year base period and four one-year option periods. Responses are due by April 6, 2026, 3:00 p.m. Hawaii Standard Time.
Purpose
This notice is for market research purposes only to identify potential sources and their capabilities. It is not a solicitation for offers. A separate Request for Quotes (RFQ) is expected to be issued at a later date. The Government will not pay for any materials furnished in response to this notice.
Scope of Work
The requirement is for non-personal Longshoring (Stevedoring) services to support pier operations for the NAVSUP FLCPH Ocean Terminals Division. Services will be ordered via Task Orders. Key tasks, as outlined in the draft Performance Work Statement (PWS), include:
- Vessel Load Services (RORO and LOLO): Moving cargo from place of rest to vessel, lashing, applying tarpaulins, removing debris, and tallying cargo.
- Vessel Discharge Services (RORO and LOLO): Unlashing cargo, moving it to temporary rest, removing tarpaulins, removing debris, and tallying cargo.
- Yard Management: Managing staging yards, segregating cargo, managing lane assignments, and minimizing staging time.
- Post Vessel Operations: Conducting in-stow inspections, reporting damages, and clearing work areas.
Contract & Timeline
- Type: Sources Sought / Market Research (Anticipated: Firm-Fixed-Price Requirements Contract)
- Duration: Anticipated one-year base period with four one-year option periods.
- Set-Aside: None specified (market research stage).
- Product Service Code: V114 (Stevedoring)
- Response Due: April 6, 2026, 3:00 p.m. Hawaii Standard Time.
- Published: March 24, 2026.
- Place of Performance: Joint Base Pearl Harbor-Hickam (Kilo and Hotel Piers) and Ford Island (Foxtrot Piers), Oahu, Hawaii.
Response Requirements
Interested parties must provide the following information:
- Company name, address, a contact person’s name, telephone number, and email address.
- Company size and primary NAICS code.
- A capability statement describing the firm's experience with providing the required services identified in the draft PWS.
Performance Standards & Special Requirements
The contractor must ensure 100% compliance with personnel, equipment, supervision, longshoring services, environmental controls, safety, and security requirements. Specific deliverables include Damage Reports and Cargo Tally Reports. Contractor personnel must possess current licenses, certifications, Transportation Workers Identification Card (TWIC), and DBIDS credentials for base access. The contractor must demonstrate experience in managing commercial Longshoring services and provide experienced personnel for 24/7 operations.
Contact Information
Primary Point of Contact: Mark Lowe, mark.e.lowe18.civ@us.navy.mil.