ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Tug Services for Pearl Harbor

DEPT OF DEFENSE N0060426Q4032
Response Deadline
May 13, 2026
5 days left
Days Remaining
5
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

Commander, Navy Region Hawaii, through NAVSUP Fleet Logistics Center Pearl Harbor, is seeking small-business tug services for harbor support and ship handling at Joint Base Pearl Harbor-Hickam in Hawaii. The work covers four performance periods and includes towing, twisting, mooring, and emergency support for vessels, with quotes requested for each tug period. The PWS requires U.S.-flagged tugs with minimum specifications, including at least 4,000 shaft horsepower and 100,000 pounds of bollard pull forward, along with U.S.-citizen, Coast Guard-certified crew and a contractor quality control program. Technical acceptability is tied to meeting the tug dimensions and minimum specifications in the PWS, while price and responsibility also factor into award. Questions are due by 12:00 PM HST on 05 May 2026, and quotes must be emailed to beverly.a.suzuki.civ@us.navy.mil by 12:00 PM HST on 13 May 2026; offerors must be registered in SAM.gov.

Classification Codes

NAICS Code
488330
Navigational Services to Shipping
PSC Code
M2BZ
HUSBANDING SERVICES—OTHER PORT SERVICES

Solicitation Documents

4 Files
4.01a1 Att 1 - PWS.pdf
PDF325 KBMay 8, 2026
AI Summary
This Performance Work Statement outlines the requirements for tugboat services for Commander, Navy Region Hawaii (CNRH) Port Operations at Joint Base Pearl Harbor-Hickam (JBPHH), Oahu, Hawaii. The objective is to secure U.S. flagged tugs for harbor support, ship handling, and emergency services over four performance periods in 2026. Key requirements include providing various towing and assistance services for diverse vessels, offering emergency support for incidents like fires, oil spills, and search-and-rescue, and maintaining 24-hour contact. Specific tug characteristics, crew qualifications (U.S. citizens, English-speaking, USCG certified), and insurance provisions are detailed. The contract mandates a Quality Control Program from the contractor and outlines the government's Quality Assurance Surveillance Plan. The place of performance is Oahu, Hawaii, and surrounding navigable waters, with specific delivery and redelivery dates for each performance period at Sierra 20 Pier, Pearl Harbor.
4.01a1 Att 1 - UPDATED PWS.pdf
PDF273 KBMay 8, 2026
AI Summary
The Commander, Navy Region Hawaii (CNRH) requires U.S. flagged tugboat services for harbor support and ship handling in Oahu, Hawaii, primarily within Joint Base Pearl Harbor-Hickam. The contract spans four performance periods in June, July, and August 2026, and involves towing, twisting, mooring, and providing emergency support for various vessels. The contractor must supply a U.S. flagged tug with specific characteristics, including a minimum of 4000 shaft horsepower and 100,000 lbs of bollard pull forward. Crew members must be U.S. citizens with valid Coast Guard certifications and wear identifiable uniforms. The government will provide berthing and shore power. The contractor is responsible for a Quality Control Program, while the government will implement a Quality Assurance Surveillance Plan. The contract outlines provisions for off-hire periods, loss of vessel, and war risk insurance/indemnification, ensuring operational readiness and safety in a strategic naval port.
4.01a2 Att 2 - RFQ PandCs.pdf
PDF256 KBMay 8, 2026
AI Summary
This government file details the applicable provisions and clauses for federal contracts, particularly focusing on commercial products and services, and often tailored for specific scenarios like towage services or time-and-materials contracts. Key areas covered include the System for Award Management, personnel identity verification, executive compensation reporting, and prohibitions against contracting with debarred entities or inverted domestic corporations. It outlines instructions for offerors, small business set-aside notices, and various labor standards, including those for convict labor, equal opportunity, service contracts, and combating trafficking in persons. Financial aspects like electronic payment, accelerated payments for small businesses, and audit rights are also addressed. The document provides extensive clauses on contract terms and conditions, including definitions, inspection/acceptance procedures (with specific details for tugboat suitability), assignment of claims, changes, dispute resolution, excusable delays, invoicing, patent indemnity, payment terms (including overpayments and interest), risk of loss, taxes, and termination for convenience or cause. Warranties regarding the condition and compliance of equipment (e.g., tugs) and personnel qualifications are also specified. It also includes Department of Defense-specific clauses related to former DoD officials, whistleblower rights, control of government personnel work product, antiterrorism training, safeguarding defense information, and prohibitions on certain telecommunications equipment. The document also provides an alternate set of paragraphs for time-and-materials or labor-hour contracts, detailing definitions, inspection/acceptance, and payment structures specific to these contract types, including hourly rates, material reimbursement, and total cost ceilings. The overarching purpose is to establish a comprehensive legal framework for government procurement, ensuring compliance, accountability, and fair practices across a wide range of contractual obligations.
4.01a3 Att3 - Wage Det 2015-5689 Rev27.pdf
PDF72 KBMay 8, 2026
AI Summary
This government file, Wage Determination No. 2015-5689, issued by the U.S. Department of Labor, Employment Standards Administration, Wage and Hour Division, establishes minimum wage rates and fringe benefits for various service occupations in American Samoa, Hawaii, and Johnston Island. The document, last revised on December 3, 2025, covers a wide array of roles from administrative support and automotive services to health, information technology, and maintenance. It includes specific provisions for fringe benefits such as health and welfare, vacation, and holidays. Additionally, the determination outlines compliance with Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage, respectively. It also details hazardous pay differentials, uniform allowances, and a conformance process for unlisted occupations, ensuring fair compensation for federal contractors.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 7, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 13, 2026
expiryArchive DateMay 28, 2026

Agency Information

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

Point of Contact

Name
Beverly Suzuki

Place of Performance

JBPHH, Hawaii, UNITED STATES

Official Sources