Opportunity
SAM #N0060426QLGSH
NAVSUP FLC Pearl Harbor Solicits Longshoring and Stevedoring Support Services for Oahu, Hawaii
Buyer
NAVSUP Fleet Logistics Center Pearl Harbor
Posted
March 24, 2026
Respond By
April 07, 2026
Identifier
N0060426QLGSH
NAICS
488320, 488310, 488390
NAVSUP Fleet Logistics Center Pearl Harbor, under the Department of the Navy, is seeking qualified sources for Longshoring and Stevedoring Support Services on Oahu, Hawaii. - Government Buyer: - Naval Supply Systems Command (NAVSUP), Fleet Logistics Center Pearl Harbor (FLCPH), Ocean Terminals Division - Services Requested: - Longshoring (Stevedoring) and related terminal services at Joint Base Pearl Harbor-Hickam and Ford Island - Tasks include vessel loading/unloading (Roll On/Roll Off and Lift On/Lift Off), cargo lashing, tarpaulin installation/removal, debris removal, yard management, cargo staging, and required reporting (damage, cargo tally, emergency response, accident reports) - Contractor must provide all personnel, equipment, and supervision - Compliance with environmental, safety, and security requirements is mandatory - Services may be required 24/7, including weekends and holidays - No specific OEMs or vendors are named; this is a service-only requirement - Period of Performance: - One-year base period with four one-year option periods - Locations: - Joint Base Pearl Harbor-Hickam (Kilo and Hotel Piers) - Ford Island (Foxtrot Piers), Hawaii - Interested parties must submit capability statements detailing relevant experience
Description
The purpose of this notice is to identify potential sources and their capabilities. This is not a solicitation for offers.
NAVSUP Fleet Logistics Center Pearl Harbor is seeking responses from qualified sources that can provide Longshoring (Stevedoring) and related terminal services on the island of Oahu at Joint Base Pearl Harbor-Hickam and Ford Island Hawaii in accordance with the attached draft Performance Work Statement (PWS).
The anticipated contract duration will consist of a one-year base period and four one-year option periods.
Interested parties shall provide to the Government information as follows:
(1) Name of company. Include company address, a contact person’s name, telephone number, and email address.
(2) Company size, and primary NAICS code.
(3) A capability statement describing your firms experience with providing required services identified in the draft Performance Work Statement associated with this requirement.
Responses must be received by 3:00 p.m. Hawaii Standard Time on April 6th, 2026.
The purpose of this notice is to identify potential sources and their capabilities. This is not a solicitation for offers. A separate notice announcing the request for quotes is expected to be issued at a later date. The Government will not pay for any materials furnished in response to this notice. Submittals furnished will not be returned to the sender.