V--Sources Sought - Transport Vessel, HI to Midway
ID: 140F0S25Q0012Type: Sources Sought
AwardedJul 28, 2025
$11.5M$11,500,000
AwardeeHAWAII RESOURCE GROUP LLC 123 AHUI ST Honolulu HI 96813 USA
Award #:140F0S25D0011
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)
Timeline
    Description

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for a vessel charter service from Hawaii to Midway Atoll National Wildlife Refuge, with a contract period from July 1, 2025, to June 30, 2030. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for transportation services, requiring vendors to demonstrate capabilities in transporting personnel, supplies, and managing biosecurity measures to prevent invasive species. This service is critical for supporting research and management activities within the ecologically sensitive Papahānaumokuākea Marine National Monument. Interested parties must submit proposals, including relevant project experience and compliance with federal regulations, to Robert Sung at robert_sung@fws.gov by the specified deadlines, with the solicitation number 140F0S25Q0012 referenced in all communications.

    Point(s) of Contact
    Files
    Title
    Posted
    The Papahānaumokuākea Marine National Monument RFP outlines the requirements for a vessel charter from Honolulu to transport supplies, fuel, and personnel to various islands within the Monument, including Midway Atoll and Kure Atoll. The contractor must make multiple trips per year, delivering cargo such as fuel, dry goods, and equipment, while also adhering to strict biosecurity measures to prevent the introduction of invasive species. Key responsibilities include conducting thorough inspections of vehicles and fuel tanks, ensuring a rodent-free environment, and maintaining compliance with USCG regulations. Crew members must provide safe and timely transport of supplies and personnel while following all environmental protocols during operations. The project emphasizes the importance of environmental protection, safety compliance, and the logistics of marine transport for conservation efforts within the Monument. Overall, this document serves as a detailed guide for contractors to understand their operational requirements and responsibilities in support of the Federal government's conservation initiatives in the Papahānaumokuākea Marine National Monument.
    The document outlines a Blanket Purchase Agreement (BPA) pertaining to vehicle maintenance and repairs for the U.S. Fish and Wildlife Service across eight states in Region 6 (Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah). The BPA enables authorized vendors to conduct maintenance, repairs, and diagnostics, either in-shop or on-site, as requested by refuge staff. Vendors must diagnose vehicle malfunctions, provide estimates for work, and obtain approval before proceeding. The scope of repairs includes but is not limited to fluid services, electronic systems, engine maintenance, and the purchase of necessary replacement parts. The Government’s financial obligation is limited to the actual purchases made under the BPA, with individual calls capped at $2,500 for field station personnel, while larger amounts require approval from Contracting Officers. Authorized personnel include U.S. Fish and Wildlife Service employees with purchase training, as well as Budget Specialists. Delivery tickets for services must document essential details like supplier name, service date, and itemized costs. This BPA facilitates efficient vehicle maintenance across a broad geographic area, ensuring operational readiness for wildlife services while adhering to procurement policies.
    The Papahānaumokuākea Marine National Monument seeks proposals for a vessel charter to transport supplies, fuel, and personnel between Honolulu, Hawaii, and various islands within the Monument, including Midway Atoll. The contract period spans five years, with the objective of facilitating the delivery and return of cargo, including hazardous materials and marine debris. The vessel must adhere to strict biosecurity policies to prevent the introduction of invasive species. Specified requirements include managing round-trip logistics, transporting a minimum of 12 passengers, and ensuring the vessel is rodent-free and compliant with U.S. Coast Guard regulations. The vessel’s crew must conduct regular inspections before and during voyages to maintain biosecurity and environmental standards. Additionally, the contractors are tasked with maintaining safety protocols, securing cargo, and providing lodging and meals for passengers. The operational area is primarily within the Northwest Hawaiian Islands, and all activities must comply with the Monument's regulations to safeguard its unique ecosystem. This charter reflects the federal government's commitment to conservation while ensuring logistical support for managing wildlife resources within this designated marine area.
    The Papahānaumokuākea Marine National Monument seeks a vessel charter service from Honolulu to various islands within the monument, including Midway Atoll National Wildlife Refuge and Kure Atoll State Wildlife Sanctuary. The contract covers a duration from July 1, 2025, to June 30, 2030, with options for extended years. Key responsibilities include transporting personnel, fuel, supplies, and debris, ensuring compliance with biosecurity measures, and managing cargo including hazardous materials. The vessel must accommodate a minimum of 12 passengers, ensuring proper safety protocols are followed on voyages. Small boat operations will facilitate shore landings on remote islands, making biosecurity adherence critical to prevent the introduction of invasive species. The document details requirements for vessel inspections, passenger accommodations, and cargo handling while outlining the expected frequency of trips and operational protocols. This RFP reflects the government's commitment to environmental protection and efficient logistical support for research and management activities within this ecologically sensitive area, highlighting the importance of compliance with established biosecurity measures.
    The document outlines a series of financial estimates for a government contract involving maritime services over a multi-year period, specifically detailing the costs associated with vessel operations. Key components include daily rate charges for loading, steaming, and standby days, fuel costs, passenger meals and berthing for twelve government personnel, agent fees, and various inspections such as Detector Dog services for rodent and ant surveillance. Additionally, the estimates cover costs for crane services, hull cleaning, harbor and wharfage fees, stevedoring, and small boat services. The outlined costs vary across four option years, indicating a structured approach to project budgeting during the lifecycle of the contract. The emphasis on comprehensive service provision hints at adherence to regulatory standards and operational necessities within maritime operations. This document serves as a tentative financial framework for federal or local governmental agencies seeking proposals for maritime services, necessary to ensure transparency in pricing and scope of work during the procurement process. Ultimately, it reflects the government's commitment to efficient contract management and service delivery in federally funded maritime operations.
    The document outlines the Request for Proposal (RFP) for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for transportation services from Hawaii to Midway, coordinated by the U.S. Fish & Wildlife Service. It specifies a contract type with a base year and four optional renewal periods, stipulating that orders and invoices must comply with defined processes detailed in the Federal Acquisition Regulations (FAR). Key clauses include adherence to the Contractor Performance Assessment Reporting System (CPARS) for evaluating contractor performance and requirements for electronic invoicing through the Invoice Processing Platform (IPP). The document further details the proposal submission process, the need for cost estimates without government obligation, and the limits for order quantities. Additionally, the document emphasizes the importance of safeguarding contractor information systems, compliance with labor standards, and references various legal clauses relevant to federal contracts. By laying out these terms, the document ensures clarity for potential contractors regarding expectations, payments, and the regulations governing this federal procurement process, aiming to foster transparency and efficiency in acquiring necessary transportation services for the designated period.
    This document is an amendment to federal solicitation 140F0S25Q0012, issued by the U.S. Fish and Wildlife Service, regarding contract modifications. The amendment primarily extends the response date, addresses requests for information (RFIs), and clarifies requirements related to container weights and crane services. Key clarifications include the distinction between "heavy" and "light" containers, with specific weight limits and safety protocols for loading and unloading. Further, it confirms that the chartered vessel will provide electrical power to refrigerated containers. The document outlines that contractors must acknowledge receipt of this amendment and offers options for submitting changes to previous proposals. Overall, the amendment ensures transparency in contract requirements and maintains compliance with federal procurement regulations while preparing for the charter vessel project set to run from July 1, 2025, to June 30, 2030.
    The document is an amendment to the solicitation relating to the Midway - Vessel Charter IDIQ for the period from July 1, 2025, to June 30, 2030. It specifies that the response date for offers is extended and outlines the procedures for acknowledging receipt of the amendment. Contractors must confirm their acknowledgment via specific methods, including completing copies of the amendment or communicating electronically with reference to the amendment details. The change applies to modification of contracts/orders, and the continued relevance of the original terms is confirmed. The amendment ensures transparency and clarity in communication between the contracting officer and offerors. It underscores the importance of adhering to the amended timelines and procedures for acceptance, which reflects standard practices in federal procurement processes.
    The document is a Request for Proposal (RFP) for the Midway Vessel Charter, covering a performance period from July 1, 2025, to June 30, 2030. It outlines requirements such as payment procedures, contractor information, and the solicitation number (140F0S25Q0012). The solicitation is designed for various classifications of businesses, including small and service-disabled veteran-owned small businesses. The document emphasizes that the acquisition is unrestricted and details the method of solicitation as a request for quotes (RFQ). Invoicing instructions and delivery terms to Falls Church, VA, are provided, indicating that services will be expected for free on board (FOB) destination unless otherwise marked. The document also incorporates several Federal Acquisition Regulation (FAR) clauses essential for compliance. The overall purpose is to solicit offers from qualified contractors to provide vessel charter services per government standards and timelines while ensuring adherence to federal guidelines.
    Similar Opportunities
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services. The primary objective of this procurement is to enhance USCG operations by facilitating at-sea replenishment and related logistical support, which includes food, fuel, potable water, and personnel management. This contract is crucial for maintaining operational readiness in the Caribbean Basin and Gulf of America, with a performance period consisting of a 6-month base and a 6-month option. Interested contractors should contact Justin Geisendaffer or Sara Andrukonis for further details, with a total estimated contract value of $3.6 million for both periods combined.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.