Tug Services for Pearl Harbor
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) is soliciting quotations for Tug Services to support harbor operations and ship handling within the Oahu, Hawaii region. This is a 100% Total Small Business Set-Aside. Quotes are due by May 8, 2026, at 12:00 PM HST.
Scope of Work
The requirement is for U.S. flagged tugboat services, including towing, twisting, mooring, berthing, docking, streaming, shifting, assisting, pulling, and escorting various vessel types such as RIMPAC participants, barges, submarines, and other crafts. Services also include 24-hour readiness for emergency support in situations like weather threats, fires, oil spills, and search-and-rescue operations. Contractor personnel must be U.S. citizens, English fluent, and possess valid U.S. Coast Guard certificates and licenses.
Contract Details
This is a Combined Synopsis/Solicitation (RFQ N0060426Q4032) for commercial services. The period of performance includes four distinct periods in June and July 2026, each lasting 2-3 days, with services primarily within Joint Base Hickam, Pearl Harbor, HI, and surrounding navigable waters. The contractor must maintain marine insurance, including Broad Form Tower's Liability, Hull and Machinery, and Protection and Indemnity (P&I), naming the U.S. Government as an additional assured.
Evaluation Criteria
Award will be based on a combination of factors: technical capability (specifically, proposed tugboat dimensions meeting PWS specifications), price, and responsibility. Procedures in FAR Subpart 12.2 are applicable.
Submission & Questions
Questions are due by May 5, 2026, at 12:00 PM HST, and must be submitted electronically to beverly.a.suzuki.civ@us.navy.mil, referencing RFQ N0060426Q4032 in the subject line. Quotes are due by May 8, 2026, at 12:00 PM HST, also submitted electronically to the same email address. Quotes must include price(s), FOB point, point of contact, GSA contract number (if applicable), business size, and payment terms. Offerors must be registered in SAM.gov.
Important Attachments
Bidders must review the Performance Work Statement (PWS) for detailed requirements, the FAR & DFARS Provisions & Clauses for contractual terms (noting any "TAILORED" clauses), and the Wage Determination 2015-5689 Rev. 27 for minimum labor rates and benefits applicable to Hawaii.