Crew Vessel Transportation Services
ID: N0060425Q4016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Coastal and Great Lakes Passenger Transportation (483114)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MARINE CHARTER (V224)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center in Pearl Harbor, is seeking proposals from small businesses for Crew Vessel Transportation Services to support Midshipmen training at Point Loma, San Diego, from May 15, 2025, to August 15, 2025. The contractor will be responsible for transporting Navy personnel via a crew transfer vessel (CTV) to designated locations near San Clemente Island, adhering to specific performance requirements, including a minimum cruise speed of 17 knots and compliance with U.S. Coast Guard regulations. This service is crucial for facilitating essential submarine operations and training missions, ensuring the safe and efficient movement of personnel. Interested parties must submit their proposals, including pricing and qualifications, by the specified deadlines, and can contact Kyle Quintal at kyle.p.quintal.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commander, Submarine Force, U.S. Pacific Fleet (COMSUBPAC) is seeking contractor support for crew vessel transportation services crucial for Midshipmen training at Point Loma, San Diego, from May 15, 2025, to August 15, 2025. The contractor will be responsible for transporting Navy personnel via a crew transfer vessel (CTV) to designated Brief Stop for Personnel (BSP) locations near San Clemente Island. The operation includes daily transfers while adhering to safety and mooring regulations at Point Loma. The CTV must meet specific performance requirements, including a cruise speed of at least 17 knots, a capacity for 50 passengers, and full compliance with U.S. Coast Guard regulations. The contractor must provide operational equipment such as a personnel gangway and a powered crane for transporting supplies as needed. A Quality Control Program will ensure the contractor meets all specifications. Moreover, contractor personnel must be U.S. citizens and identifiable as contractors while ensuring no employer-employee relationships with COMSUBPAC. Adherence to security protocols, including obtaining Defense Biometrics Identification System credentials for access to Naval Base San Diego, is mandatory. This RFP outlines the detailed requirements for prospective contractors to support essential submarine operations and training missions.
    This document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing wage and fringe benefits applicable to federal contracts for services performed aboard various naval vessels. It outlines minimum wage rates based on two executive orders: Executive Order 14026, which mandates a minimum wage of $17.75 for contracts entered into or extended after January 30, 2022, and Executive Order 13658, which stipulates $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, without subsequent renewal. The determination specifies applicable coastal states and lists various job titles with their corresponding wage rates, emphasizing compliance with mandatory health and welfare benefits, vacation, and paid holidays. Additionally, the document mentions provisions for uniforms and the protocol for requesting classification and wage rate adjustments for unlisted employee classifications. The overarching aim is to ensure fair compensation and benefits for workers involved in U.S. government contracts while reinforcing compliance with federal labor standards, particularly concerning public maritime operations.
    The file is a combined synopsis/solicitation for Crew Vessel Transportation Services, issued by the NAVSUP Fleet Logistics Center in Pearl Harbor. The solicitation seeks proposals from small businesses under RFQ number N0060425Q4016 for services over a specified period (May 15, 2025, to August 15, 2025) and includes a comprehensive performance work statement (PWS). Interested offerors must be registered in the System for Award Management (SAM) and are required to submit a price along with additional qualifications, technical abilities, and compliance declarations for telecommunications equipment. Proposals will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) method, considering both price and technical acceptability. The document specifies the necessary representations and certifications, deadlines for inquiries and submissions, and details about how agencies will assess offerors' responsibilities. It emphasizes strict adherence to submission protocols, including the format and size limitations for emails. This solicitation framework is intended to streamline the bidding process for government contracts while ensuring robust compliance with standards and specifications. Overall, it reflects a commitment to engaging qualified small businesses in providing essential services to the federal government.
    The document outlines the requirements for Offeror Representations and Certifications related to federal contracting as per FAR 52.212-3. It mandates that Offerors either complete electronic representations in the System for Award Management (SAM) or specified sections of the provision based on their previous submissions. Key definitions provided include terms like "day-to-day business operations," "economically disadvantaged women-owned small business," and "veteran-owned small business." The document also contains multiple certifications that Offerors must complete, addressing various classifications, such as small business status, compliance with labor standards, and issues related to national security. Furthermore, it details the obligations related to the Buy American Act and provisions concerning child labor. The overarching purpose is to ensure transparency and eligibility of businesses seeking federal contracts, enhancing compliance with federal statutes and regulations relevant to the procurement process.
    The document outlines the provisions and clauses necessary for federal contracting under various regulations, focusing on aspects essential for compliance with government mandates. Key topics include restrictions on subcontractor sales, reporting requirements for executive compensation, and conditions to safeguard information security, particularly regarding telecommunications equipment linked to specific companies like Kaspersky Lab and ByteDance. Noteworthy clauses emphasize compliance with labor standards, equal opportunity mandates, and the protection of small business interests. The inclusion of clauses addressing the prohibition of certain acquired technologies and measures against trafficking in persons highlights the government’s commitment to ethical contracting practices. Overall, the document serves as a framework to guide contractors in adhering to legal and ethical standards while engaging in federal contracts, reinforcing the need for transparency, accountability, and support for small businesses in federal procurement.
    This document outlines the terms, clauses, and provisions incorporated by reference regarding federal contracting, specifically dealing with the acquisition of commercial products and services by the Department of Defense (DoD). It includes mandatory clauses addressing various compliance requirements, such as ensuring employee awareness of whistleblower rights, safeguarding sensitive information, and stipulating payment methods through electronic submissions. Key provisions focus on prohibitions against contracting with entities involved with the Maduro regime or those utilizing certain telecommunications and cybersecurity entities. The document also highlights equal opportunity provisions and labor standards, detailing wage determinations for contract employees. Furthermore, it establishes guidelines for proper administration and oversight of contracts, including auditing rights for government officials. The comprehensive list is structured into sections that categorize clauses according to their application, ensuring contractors adhere to all relevant federal regulations and executive orders while facilitating the smooth procurement and administration of contracts within the federal framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors for the provision of a Professional Mariner Crew for the Multi Mission Surface Combatant (MMSC) program. The procurement aims to ensure effective ship operations and maintenance, focusing on crew training, operational readiness, and compliance with U.S. Navy protocols. This opportunity is critical for enhancing naval capabilities and operational efficiency, particularly in the context of Foreign Military Sales agreements, such as the one with the Kingdom of Saudi Arabia for MMSC vessels. Interested parties can reach out to Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, with a presolicitation notice currently available and a deadline for Industry Day participation set for December 4, 2024.
    Special Time Charter for Marine Support Vessel
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and pricing of a U.S. flagged, Jones Act vessel to serve as a maritime support vessel for counternarcotics operations. The vessel will be homeported at Mayport Naval Base, FL, and is required to support 29 personnel, with the capacity to surge to 44 for up to 30 days without resupply, operating primarily in the Caribbean Sea and Eastern Pacific Ocean. This procurement is critical for enhancing operational capabilities in maritime security and drug interdiction efforts. Interested parties must submit their responses, including company and vessel details, by March 17, 2025, to the designated contacts, Yvonne Escoto and Danny Davis, at the provided email addresses.
    DRY CARGO VOYAGE CHARTER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking proposals for a Dry Cargo Voyage Charter to support its maritime transportation needs. This procurement involves the provision of deep-sea freight transportation services, which are critical for the logistical operations of the Navy. The contract will be performed in Texas, and interested parties can reach out to the primary contact, Jordan Morrison, at jordan.a.morrison5.civ@us.navy.mil or by phone at 564-230-3633, or to the secondary contact, F. Carley Orvin, at franklin.c.orvin.civ@us.navy.mil or by phone at 564-230-3731 for further details. Specific deadlines and funding amounts have not been provided in the overview.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat, specifically designed for underwater maintenance and repair operations for the U.S. Navy. The contract includes comprehensive responsibilities for the design, construction, and delivery of the vessel, which must adhere to stringent specifications and safety regulations, ensuring operational readiness for dive support missions. This specialized boat will play a critical role in supporting Navy divers during submarine repairs and inspections, emphasizing the importance of durability and compliance with environmental standards. Interested contractors, particularly those classified as Historically Underutilized Business (HUBZone) entities, should contact Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil for further details, with proposals due by March 28, 2025.
    USWC JONES ACT TANKER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the USWC Jones Act Tanker, aimed at securing charter services for the transportation of military fuels. The contract encompasses a base period of one year with options for three additional one-year extensions and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as adherence to U.S. Coast Guard standards. This procurement is critical for maintaining effective maritime logistics support for the Department of Defense, ensuring the safe and efficient transport of essential defense fuels along the West Coast and Hawaii. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil for further details.
    25-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 25-day dry cargo time charter to transport military cargo from Gdansk, Poland, to Corpus Christi, Texas. The procurement requires a Roll-On/Roll-Off (RO/RO) vessel with a capacity of 120,000 square feet and a minimum speed of 15 knots, emphasizing the importance of technical qualifications and competitive pricing, including fuel costs. This charter is critical for supporting military operations and ensuring timely logistics, with proposals due by March 12, 2025. Interested parties can contact Brandon Page at brandon.a.page.civ@us.navy.mil or Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL for further inquiries.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Barge Service in Palau 30 March 2025 to 11 April 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide barge transportation services in Palau from March 30 to April 11, 2025. The procurement involves moving various types of cargo, including containers and heavy equipment, from Koror to Peleliu, with contractors required to supply all necessary equipment and qualified operators while adhering to local safety regulations. This service is crucial for supporting U.S. military operations in the region, ensuring safe and reliable logistics. Interested parties should contact Hanna L. Tilley at hanna.bolduc@usmc.mil or 760-763-8070, or Jacie Liu at jacie.liu@usmc.mil or 760-763-9847 for further details regarding the Request for Quotation (RFQ) and submission requirements.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    60' Dive Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.