Stevedoring Support Services

SOL #: N0060426Q4015Combined 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

JBPHH, HI

NAICS

Marine Cargo Handling (488320)

PSC

Stevedoring (V114)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 20, 2026
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 25, 2026, 1:00 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 Department of the Navy / NAVSUP Fleet Logistics Center Pearl Harbor is soliciting quotes for Stevedoring Support Services at Joint Base Pearl Harbor-Hickam (JBPHH), HI. This Firm-Fixed Price (FFP) contract requires longshoring services for the onload and offload of military equipment onto a vessel. This is a competitive, unrestricted action. Quotes are due by 3:00 PM HST on Tuesday, February 24, 2026.

Scope of Work

The contractor will provide all personnel, equipment, and supervision for longshoring services, adhering to best commercial practices. Key tasks include:

  • Vessel Operations: Performing Roll-on/Roll-off (RORO) and Lift-on/Lift-off (LOLO) services for both loading and discharging vessels. This involves moving cargo, lashing, installing/removing tarpaulins, debris removal, and storing materials.
  • Staging Yard Management: Organizing cargo according to government plans.
  • Post-Vessel Operations: Conducting in-stow inspections and removing dunnage and lashing gear.
  • Compliance: Adhering to Federal and State of Hawaii environmental laws, OSHA, safety, and security regulations.
  • Personnel Requirements: All personnel must possess a Transportation Workers Identification Card (TWIC) and obtain base access to JBPHH via Defense Biometric Identification System (DBIDS) credentials.
  • Cargo: Services will support a detailed cargo list including trailers, containers, and various vehicles (e.g., MV-22 OSPREY, JLTV).

Contract Details

  • Solicitation Number: N0060426Q4015
  • Contract Type: Firm-Fixed Price (FFP)
  • NAICS Code: 488320 (Small Business Standard: $47M)
  • Set-Aside: Unrestricted
  • Period of Performance: Estimated March 3, 2026, to March 4, 2026.
  • Place of Performance: 1025 Quincy Street BLDG 9478, Kilo Pier JBPHH, HI 96860.
  • Payment Method: Wide Area Workflow (WAWF).

Submission & Evaluation

  • Evaluation Criteria: Award will be made to the lowest priced, technically acceptable quote that takes no exceptions to the Performance Work Statement (PWS) or solicitation terms, and for which the quoter is determined responsible per FAR 9.104-1. Quotes will be evaluated based on the total cost derived from the Quote Submittal Worksheet (Attachment 4).
  • Required Submissions: Quotes must include the completed Quote Submittal Worksheet (Attachment 4) and the representations and certifications from FAR 52.212-3 and FAR 52.204-24 (Attachment 6).
  • Registration: Quoters must be registered in the System for Award Management (SAM) at http://www.sam.gov/.
  • Content: Responses must include price(s), FOB point, point of contact, GSA contract number (if applicable), business size, and payment terms, clearly demonstrating capability.

Key Dates & Contact

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
Stevedoring Support Services | GovScope