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 NAVSUP Joint Base Pearl Harbor Hickam (Department of the Navy) is soliciting proposals for Stevedoring Support Services at Joint Base Pearl Harbor-Hickam, HI. This is a Firm-Fixed Price (FFP) contract to support pier operations for the onload of military equipment onto a vessel. The action is competitive and unrestricted.
Scope of Work
The requirement is for non-personal Longshoring services, including Vessel Load (RORO & LOLO), Vessel Discharge (RORO & LOLO), and Yard Management. Services involve moving cargo, lashing, unlashing, debris disposal, and managing staging yards according to government plans. Exclusions include handling ammunition and driving military vehicles/aircraft. The estimated Period of Performance is March 18-21, 2026, at JBPHH Kilo and Hotel Pier.
Contract Details
This is a Combined Synopsis/Solicitation (RFQ N0060426Q4019) prepared under FAR Subpart 12.6 and 13.5. The NAICS code is 488320 (Stevedoring) with a $47M small business standard. Payment will be via Wide Area Workflow (WAWF).
Submission & Evaluation
Questions must be submitted via email to Mark Lowe (mark.e.lowe18.civ@us.navy.mil) by 1:00 PM HST on March 04, 2026. Quotes are due via email to the same contact by 3:00 PM HST on March 05, 2026. Quotes must include Attachment 4 (Quote Submittal Worksheet). Award will be made to the lowest priced, technically acceptable quote that takes no exceptions to the PWS or solicitation terms, and for which the quoter is determined responsible. SAM.gov registration is mandatory.
Key Attachments & Requirements
Bidders must review the Performance Work Statement (PWS) for detailed task requirements, personnel qualifications (TWIC, DBIDS, NACI/T1), equipment, and compliance standards. The Cargo List (Attachment 3) is critical for understanding logistical scale. The Quote Submittal Worksheet (Attachment 4) is the mandatory pricing template for labor and equipment. Additionally, bidders must adhere to all FAR/DFARS provisions and the Wage Determination for Hawaii, which outlines minimum labor rates and fringe benefits.