Charter Boat Services
ID: FA487724QA499Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for Charter Boat Services. This service falls under the Transportation/Travel/Relocation industry, specifically Marine Charter. The procurement is set aside for small businesses, with a small business size standard of 1500 Employees. The place of performance is in San Diego, CA (zip code: 92101), USA. The government is requesting 4 boats for specified dates and times, but any number of boats may be evaluated if it is in the best interest of the government. The evaluation factors include the capability to meet the needs of the Performance Work Statement (PWS) and price. The government reserves the right to award multiple contracts. The notice also mentions that funds are not presently available, but they are anticipated prior to the award of the requirement. For more details, refer to the attached PWS, Provisions and Clauses, and Combo document.

    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Charter Boat Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    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.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    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.
    20--BLADDER,BOAT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two boat bladders under solicitation number NSN 2090017001332. The requirement includes the delivery of these items to the Surface Warfare Schools Command within five days after order placement, with the approved source being 1GTC0 E9200173. These bladders are critical components used in marine applications, emphasizing the importance of reliable supply for naval operations. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to DibbsBSM@dla.mil.
    General Freight and Trucking
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for general freight and trucking services. This procurement aims to streamline the acquisition of transportation services necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Shuttle Services BPA
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    Buoy Services Wave Data Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.