ContractCombined Synopsis/Solicitation

CHARTERED MARITIME VESSEL SUPPORT SERVICES

DEPT OF DEFENSE N0060426Q4006
Response Deadline
Jan 28, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking qualified contractors to provide chartered maritime vessel support services for the U.S. Navy Explosive Ordnance Disposal Training and Evaluation Unit One (EODTEU-1). The procurement aims to acquire a U.S.-flagged, Jones Act-qualified vessel with specific capabilities, including a minimum of 2,000 square feet of deck space, accommodation for 20 passengers, and support for Mine Countermeasures operations in the Indo-Pacific Command. This opportunity is crucial for training subordinate EOD units and ensuring operational readiness in various maritime environments. Interested parties must submit their quotes by January 23, 2026, with the performance period set from February 1 to February 6, 2026. For further inquiries, contact Rachel Tamashiro at rachel.m.tamashiro.civ@us.navy.mil.

Classification Codes

NAICS Code
532411
Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
PSC Code
W020
LEASE OR RENTAL OF EQUIPMENT- SHIP AND MARINE EQUIPMENT

Solicitation Documents

3 Files
RFQ_Att 3_FAR_DFARS.pdf
PDF172 KBJan 21, 2026
AI Summary
This government file, document number N0060426Q4006, outlines mandatory clauses for federal government solicitations, covering Department of Defense (DoD) and general federal acquisition regulations. Key areas include prohibitions on acquiring covered defense telecommunications equipment or services (252.204-7018, 252.204-7017, 252.204-7016), emphasizing representation and disclosure requirements for offerors. It details electronic invoicing procedures via Wide Area WorkFlow (WAWF) payment instructions (252.232-7006), including access, training, document types, and routing data. The document also addresses offeror representations and certifications for commercial products and services (52.212-3 Alternate I), particularly for disadvantaged business concerns. Furthermore, it includes provisions for post-award small business program rerepresentation (52.219-28), defining small business concerns and outlining conditions for updating size and socioeconomic status, especially for long-term contracts and specific order types. Other clauses cover a wide range of topics from whistleblower rights and foreign procurement restrictions to government property and labor standards.
RFQ_Att 2_PWS.pdf
PDF679 KBJan 21, 2026
AI Summary
This Performance Work Statement (PWS) outlines the U.S. Navy Explosive Ordnance Disposal Training and Evaluation Unit One (EODTEU-1) requirement for chartered maritime vessel support services. The objective is to acquire a vessel and ancillary equipment for basic training phases of subordinate EOD units, focusing on Mine Countermeasures (MCM) operations in the Indo-Pacific Command. The contractor will provide a U.S.-flagged, Jones Act-qualified vessel with a minimum 2,000 square feet of deck space, capable of accommodating 20 passengers, launching small boats, and supporting operations in water depths of 40-1,000 feet for up to five days. The vessel must be USCG certified, ABS classified, and capable of operating in sea state five, with small boat launch/recovery up to sea state three. Support includes provisions for explosive materials, Government-Furnished Equipment (GFE) handling, and various Contractor-Furnished Equipment (CFE) such as fuel storage, electrical power, and dive staging areas. The contractor's facility must be within 25 miles of San Diego, CA, with a pier and 30-ton crane for mobilization/demobilization. Services are non-personal, and the contractor is responsible for a Quality Control Plan. The period of performance is from February 1, 2025, to February 6, 2026, with 24-hour support in the Southern California area of operation. Security requirements cover information, communications, and controlled items, adhering to DoD standards.
RFQ_Att 1_N0060426Q4006_Comb SS.pdf
PDF470 KBJan 21, 2026
AI Summary
The NAVSUP Fleet Logistics Center, Pearl Harbor (FLCPH) Regional Contracting Office has issued a combined synopsis/solicitation (RFQ N0060426Q4006) for commercial items to procure chartered maritime vessel rental and support services. This unrestricted Firm-Fixed-Price (FFP) purchase order is governed by FAR Subpart 12.6 and FAR Part 13 Simplified Acquisition Procedures, with a NAICS code of 532411. The required period of performance is February 1-6, 2026. Quoters must be within 25 miles of San Diego, CA, operate in the Southern California area, and demonstrate the ability to provide an alternate vessel. Submissions require completing pricing for CLIN 0001 and providing a valid quote demonstrating capability. Award will be based on technical acceptability and price reasonableness, with past performance also considered. Questions are due by January 23, 2026, 1:00 PM HST.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 21, 2026
deadlineResponse DeadlineJan 28, 2026
expiryArchive DateFeb 11, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR PEARL HARBOR

Point of Contact

Name
RACHEL TAMASHIRO

Place of Performance

San Diego, California, UNITED STATES

Official Sources