Sources Sought for Pusher Boat Operations
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Port and Harbor Operations (488310)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Navy Region Southwest, is seeking qualified contractors for Pusher Boat Operations Support Services at three naval installations in San Diego, California. The contractor will be responsible for operating and maintaining government-furnished boats, ensuring the safe movement of various marine craft, and conducting daily inspections to uphold navigational safety and operational effectiveness. These services are critical for maintaining the operational schedule of the Commander Third Fleet and ensuring efficient port operations. Interested parties must submit a Capability Statement detailing their qualifications and relevant experience by the specified deadline to Amber Haverstick at amber.m.haverstick.civ@us.navy.mil, with the anticipated contract being a Firm Fixed Price type for a base year and four option years.

Point(s) of Contact
Amber Haverstick 619-556-5321 Amber Haverstick Contract Specialist NAVSUP FLCSD
amber.m.haverstick.civ@us.navy.mil
Files
Title
Posted
Apr 8, 2025, 12:04 AM UTC
The Navy Region Southwest (NRSW) is seeking a contractor for marine services to operate a Navy Pusher/Work Boat at various installations, including Naval Base San Diego, Coronado, and Point Loma. The contractor will oversee operational, administrative, and technical support, ensuring effective service completion regarding the government-provided boat. Operations will include the movement of various craft and conducting daily inspections, ensuring navigational safety, and reporting discrepancies. Crew members must meet specific qualifications, including U.S. Coast Guard licenses and training standards, ensuring they are cleared for base access. The contract prohibits the employment of active military personnel without prior approval to maintain clear separation between government and contractor staff. Deliverables include daily inspection logs, monthly fuel usage reports, and accident reports, with a stringent quality assurance program required to uphold contract standards. This performance-based contract emphasizes the importance of safety, maintenance, and operational effectiveness within naval port operations, reflecting the government's commitment to efficient maritime support services.
Apr 8, 2025, 12:04 AM UTC
The NAVSUP Fleet Logistics Center San Diego is conducting a market survey for Pusher Boat Port Operations Support Services to identify capable businesses and enhance acquisition processes. This is a preparatory notice, not a solicitation, and responses from interested firms will aid in planning and assessing small business capabilities, potentially leading to set-asides for small businesses. The contract anticipated is a single award Firm Fixed Price type, with a base year and four option years, continuing a previous contract held by Pacific Maritime Group Inc. Interested parties must submit a Capability Statement, alongside qualifications and relevant experience related to the specified Performance Work Statement (PWS). The contractor will handle supervision, technical support, labor, and the operational inspection of government-furnished boats. Specific qualifications for personnel are required, including obtaining U.S. Coast Guard licenses and appropriate safety certifications. The submission should include detailed company information and examples of prior pertinent experience, while all responses must be submitted electronically by a specified deadline. This outreach aims to stimulate industry participation and gather feedback for improved procurement strategies.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
JONRIE MAINTENANCE
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors for a firm fixed-price service contract focused on maintenance and training for JonRie tugboats at Commander, Fleet Activities Yokosuka. The procurement includes essential services such as troubleshooting, preventive maintenance, and training for the JonRie Series 418 Capstans and Series 200 Winches, which are critical for harbor operations. Performance is expected to occur between June 15, 2025, and September 30, 2025, with a single award granted based on best value evaluation criteria including price, delivery, and past performance. Interested parties must submit their quotes by April 23, 2025, and direct any inquiries to Ms. Kristen Lorena at kristen.g.lorena.civ@us.navy.mil, ensuring they are registered in the System for Awards Management (SAM).
DDG Underway Replenishment (UNREP) Station Number 4 Cable Replacement; accomplish
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking qualified contractors for the replacement of the Underway Replenishment (UNREP) Station Number 4 cable on the Arleigh Burke Class (DDG) ships. This opportunity is a Sources Sought Notice aimed at identifying experienced firms capable of performing the required work, which is critical for maintaining the operational readiness of naval vessels. Interested parties are invited to submit a brief capabilities package that outlines their qualifications, including company profile, size status under NAICS Code 336611, and any relevant partnerships or agreements. Responses must be submitted by 10:00 a.m. PST on April 28, 2025, to James Legaspi at james.l.legaspi.civ@us.navy.mil, with no reimbursement for costs incurred in the submission process.
J--Boat Preventative Maintenance and Repair
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
87' Coastal Patrol Boat Starboard and PORT Rudder Overhaul
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors capable of performing an overhaul of the starboard and port rudders used on the 87’ Coastal Patrol Boats. This procurement involves comprehensive inspection, repair, preservation, and packaging of the rudders to restore them to a serviceable "A" condition, adhering to specific quality assurance standards and military specifications. The selected contractor will be responsible for conducting thorough inspections, submitting Condition Found Reports, and ensuring compliance with the outlined Statement of Work. Interested parties must submit their information by May 6, 2025, to Dana D. Solomon at dana.d.solomon@uscg.mil, including details about their capabilities and experience in similar projects.
Commercial Industrial Services (CIS) Non-Skid Deck Covering Services Follow-On MAC-IDIQ
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is issuing a Request for Proposal (RFP) for Commercial Industrial Services (CIS) Non-Skid Deck Covering Services to support U.S. Navy ships within a 50-mile radius of San Diego, CA. The selected offeror(s) will be responsible for providing all necessary labor, services, equipment, and materials for the removal of existing non-skid deck coverings and the installation of new systems, adhering to the latest specifications and NAVSEA Standard Items. This procurement is critical for maintaining the operational readiness and safety of Navy vessels, and it will be conducted as a multiple award indefinite delivery/indefinite quantity (IDIQ) contract with five ordering year periods, set aside exclusively for small businesses under NAICS code 336611. Interested parties should contact Alisha Bloor at alisha.r.bloor.civ@us.navy.mil or Cindy Wong at cindy.p.wong2.civ@us.navy.mil for further details, as proposals will be evaluated based on past performance, technical merit, and price.
USCGC BENJAMIN BOTTOMS (WPC-1132) DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the cutter USCGC Benjamin Bottoms (WPC-1132), which is homeported in San Pedro, California. The required services include cleaning and inspecting fuel tanks, renewing interior deck coverings, and performing maintenance on major engines and hull plating, with an anticipated performance period of 49 days from November 4, 2025, to December 16, 2025. This opportunity is part of market research to identify capable sources and does not constitute a formal solicitation; however, responses will inform future procurement decisions. Interested parties must submit their qualifications, including proof of small business certifications if applicable, by May 5, 2025, to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
Small Boat Operator Training
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Pearl Harbor, is seeking information from potential sources to support the Small Boat Operator Training Course for Underwater Construction Team Two (UCT-2) at Joint Base Pearl Harbor-Hickam. The objective is to enhance the operational capabilities of UCT-2 by providing specialized training for combatant craft operators, addressing a critical gap in formal Navy training for Rigid Hull Inflatable Boat (RHIB) operations. This training will include comprehensive curricula covering boat operations, navigation, engineering systems, safety procedures, and mission planning, with practical applications and assessments to ensure proficiency. Interested vendors are encouraged to submit their capabilities statements and qualifications to Lyle Perez at lyle.b.perez.civ@us.navy.mil, with responses due by the specified deadline. This notice is a request for information only and does not constitute a solicitation or guarantee of a contract award.
Non-Skid Replacement, Preservation, and Maintenance of District Crafts
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking qualified contractors for the non-skid replacement, preservation, and maintenance of various small crafts. The procurement aims to ensure the operational readiness of small boats, including harbor security, utility, and work boats, by performing essential maintenance and structural work at the contractor's facility located within the Puget Sound region of Washington. This initiative is critical for maintaining the functionality and safety of government-operated vessels, with a contract ceiling of $5 million and an ordering period extending until August 2, 2028. Interested small businesses must submit their proposals by April 25, 2025, and can direct inquiries to Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.