Four US Flag Tugs for Naval Base Pearl Harbor, HI
ID: SS-24-130Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Navigational Services to Shipping (488330)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is seeking information for the potential charter of four U.S. flag tugs to support harbor operations at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement aims to fulfill specific maritime needs not currently met by existing government vessels, including towing, ship handling, pilot transfers, and emergency support during maritime incidents. These tugs must be operational 24/7, capable of a bollard pull of 100,000 lbs forward, and possess a minimum operational range of 500 nautical miles, reflecting the government's commitment to maintaining maritime readiness. Interested parties are required to submit their company details, financial capabilities, estimated rates, and vessel specifications by September 30, 2024, and can contact Oluseyi Bisiriyu at oluseyi.o.bisiriyu.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker1@navy.mil for further information.

    Files
    Title
    Posted
    The Military Sealift Command is soliciting information regarding the potential charter of four U.S. flag tugs to support harbor operations at Joint Base Pearl Harbor-Hickam, Hawaii. This Sources Sought Notice No. SS-24-130 requests responses for a time-chartered contract to address needs not met by existing government vessels. Key services include towing, ship handling, pilot transfers, and emergency support during various maritime incidents. Tugs must be available 24/7 and able to operate in assigned navigable waters with specific performance characteristics, including a bollard pull of 100,000 lbs forward and a minimum operational range of 500 nautical miles. The contract is a firm fixed price with provisions for fuel reimbursement. Interested parties need to submit company details, financial capability, estimated rates, and vessel specifications by 30 September 2024. This request is exploratory, helping the government decide on exercising options under a current contract. The document outlines key service requirements, operational conditions, and expected vessel qualifications, reflecting the government's ongoing mission to maintain maritime readiness and operational capability at the base.
    Lifecycle
    Title
    Type
    Similar Opportunities
    85-day Dry Cargo Time Charter
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for an 85-day Dry Cargo Time Charter to support the Strategic Sealift Program. The procurement seeks U.S. or foreign flag Lift-On/Lift-Off vessels with a minimum capacity of 750 Twenty-foot Equivalent Units (TEUs) and specific operational requirements, including compliance with international maritime regulations and availability of necessary personnel. This charter is crucial for maintaining operational readiness and logistical support for military operations. Proposals are due by October 3, 2024, and interested parties can contact Eric Hatcher at 757-341-5471 or via email at ERIC.N.HATCHER2.CIV@US.NAVY.MIL for further details.
    55-DAY DRY CARGO TIME CHARTER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking market research responses for a 55-day dry cargo time charter to support the Strategic Sealift Program. This procurement aims to identify the availability and pricing of U.S. and foreign flag Roll-on/Roll-off (RO/RO) vessels capable of transporting military cargo, specifically tracked and wheeled vehicles, with delivery to Shuaiba, Kuwait, and redelivery to Charleston, SC. The information gathered will assist in ensuring effective capacity for future military logistical needs, emphasizing the importance of timely responses by October 3, 2024. Interested parties should contact Brandon Page at brandon.a.page.civ@us.navy.mil or call 757-390-6523 for further details.
    Programmed Repairs to the US Army Logistics Support Vessel (LSV) 7 - Synopsis
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit bids for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7, which is stationed at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The procurement will involve drydocking, cleaning, painting, and various repairs, with the requirement that the contractor's shipyard be located within 50 miles of the vessel's homeport. This opportunity is significant as it ensures the operational readiness and maintenance of critical military logistics support vessels. The Request for Proposal (RFP) W912CH-25-R-L004 is expected to be released in the first quarter of FY25, and interested parties can reach out to Brandon LaBonty at brandon.a.labonty.civ@army.mil for further information.
    J--Modification 2 to Presolicitation Synopsis for Vessel Maintenance Service requirement.
    Active
    Dept Of Defense
    Presolicitation Synopsis for Vessel Maintenance service requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking a Vessel Maintenance service at Joint Base Pearl Harbor-Hickam, Hawaii. This service includes maintenance and repair of vessels, logistic support, support equipment maintenance, vessel operation for maintenance purposes, and inventory management. The contract duration will be a 60 day phase-in, followed by a twelve-month base period, three one-year option periods, and one option to extend services for no more than six months. The procurement is set aside for small businesses and will be awarded as a commercial services contract. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 25, 2016.
    M--Modification 1 to Presolicitation Synopsis for the Port Operation services requirement at Joint Base Pearl Harbor-Hickam, HI.
    Active
    Dept Of Defense
    Presolicitation Synopsis for the Port Operation services requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking Port Operation services at Joint Base Pearl Harbor-Hickam, Hawaii. These services include equipment maintenance, equipment operation, inventory management, logistics support, and various other tasks related to port and harbor operations. The contract duration will be a 90-day phase-in, followed by a twelve-month base period, with options for additional years. The procurement is set aside for small businesses, and the selection process will be based on the lowest price technically acceptable source. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 11, 2016.
    Sources Sought - USNS GUADALUPE - FY25 ROH / DD
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Contracting Office, is seeking eligible businesses for the Regular Overhaul (ROH) and Dry-Docking (DD) of the USNS GUADALUPE (T-AO 200), with work anticipated to commence around June 1, 2025, and lasting approximately 100 days. The procurement includes major tasks such as general services, tank and void cleaning, steel repairs, maintenance on the propeller system, and underwater hull cleaning, all of which must be performed at the contractor's facility on the West Coast. This opportunity emphasizes the inclusion of small businesses, particularly Service-Disabled Veteran-Owned, HUBZone, and Certified 8(a) firms, and requires interested parties to submit a capabilities package by October 10, 2024, to assist in tailoring the government's requirements. For further inquiries, interested vendors can contact Caren Edanol at caren.l.edanol.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil, with the anticipated contract award date set for April 2, 2025.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ and assigned 120’ Barges. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned dry-dock repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, particularly in the Great Lakes region, where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with the total contract value estimated at around $26 million over the contract period.
    USS HERSHEL WOODY WILLIAMS (ESB 4) LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking contractors for the USS Hershel Woody Williams (ESB 4) lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, planning, material procurement, and execution of repair activities. This procurement is critical for maintaining the operational readiness and national security of the vessel, which will be stationed on the US East, Gulf, or West Coast. Interested parties can contact Damian Finke at damian.w.finke.civ@us.navy.mil or by phone at 757-443-0885 for further details.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    FY25-FY35 Floating Dry Dock (AFDM 10) Lease Extension Modification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to solicit a sole source lease extension modification for the Auxiliary Floating Dry Dock Medium (AFDM 10) under contract N00024-05-L-4405. This lease extension is aimed at continuing maintenance support for the dry dock, which is critical for Chief of Naval Operations (CNO) surface ship availabilities. The solicitation will be issued to Vigor Marine LLC, located in Seattle, Washington, and is intended solely for informational purposes, as the government does not plan to accept competitive proposals at this time. Interested parties may express their interest and capabilities to the primary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil, or the secondary contact, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil.