Opportunity

SAM #N0060426TUGS

Tugboat Services for Navy Ship Handling at Pearl Harbor, Hawaii

Buyer

NAVSUP Fleet Logistics Center Pearl Harbor

Posted

April 21, 2026

Respond By

May 01, 2026

Identifier

N0060426TUGS

NAICS

488330

This opportunity seeks qualified providers for tugboat services supporting Navy operations at Joint Base Pearl Harbor-Hickam, Hawaii. - Government Buyer: - U.S. Navy, Commander Navy Region Hawaii, Port Operations at Joint Base Pearl Harbor-Hickam - Services Requested: - Tugboat operations for harbor support and ship handling - Includes towing, mooring, berthing, docking, shifting, emergency support, escorting, and personnel transfers for Navy ships and submarines - Services required during four specific periods, each spanning three days, with daily operations from 0600 to 1800 - Technical Requirements: - Tugboats must be U.S. flagged, tractor-like propulsion, max draft 16 ft, max length 110 ft - Minimum 4000 shaft horsepower and 70,000 lbs bollard pull - Equipped with required communication and navigation equipment - Contractor personnel must be U.S. citizens with valid licenses - Prompt response capability and emergency contact availability required - Unique/Notable Requirements: - Delivery and redelivery at Sierra 20 Pier, Pearl Harbor - Capability statements must be company-specific (no teaming partners or subcontractors) - No cost or price information requested - No specific OEMs or vendors are named; the focus is on service capability and vessel specifications - Place of Performance and Delivery: - Joint Base Pearl Harbor-Hickam, Oahu, Hawaii - Sierra 20 Pier, Pearl Harbor - NAICS code: 488330 (Navigational Services to Shipping) - FSC: V125 (Vessel Towing Services)

Description

SOURCES SOUGHT NOTICE NAVSUP Fleet Logistics Center Pearl Harbor, HI (FLCPH) is seeking sources for a contemplated contracting action for the Tugboat Services. This Sources Sought Notice is issued for informational and planning purposes only. This is NOT a Request for Proposal (RFP) or Quote (RFQ). This Notice is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this Notice. The Navy will NOT be responsible for any costs incurred by interested parties in responding to this Notice.

This Notice is an announcement seeking market information on businesses capable of providing the supplies as described herein. FLCPH is currently conducting market research to determine qualified, experienced, and interested potential sources capable of providing the supplies described within this Notice. The information requested by this Notice will be used within the Navy to facilitate decision making and will not be disclosed outside the agency. For purposes of this Notice, the North American Industry Classification System (NAICS) Code is 488330: Navigational Services to Shipping, FSC V125: Transportation, Travel, Relocation Transportation: Vessel Towing, and the small business size standard of 47M USD. If your business has an interest in proposing on the requirement as described below, please send a Capability Statement to Beverly Suzuki at beverly.a.suzuki.civ@us.navy.mil no later than 12:00 PM Hawaii Standard Time (HST) on 01 May 2026, with the email subject line citing: SOURCES SOUGHT - Pearl Harbor Tugboat Services

CAPABILITY STATEMENT ANTICIPATED PERFORMANCE AND DURATION See Attached DRAFT Performance Work Statement (PWS).

Capability Statements shall include the following: 1. The capabilities statement shall be company specific. Capability packages that include teaming partners, subcontractors, etc. are not solicited and will not be reviewed. 2. The capabilities statement shall not exceed five (5) pages (all-inclusive with the exception of the title page, and table of contents). The capabilities statement shall be concise and focused to the anticipated performance requirements. Capabilities statement should address if your company can meet the performance requirements outline in the draft PWS. Incomplete statements will not be favorably reviewed. 3. Sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed. 4. Cost or price information is not solicited and will not be reviewed. 5. No phone and email inquiries related to the sources sought will be accepted other than the formal submission of responses. 6. All responses shall include: company name; company address; business size; CAGE code; DUNS, current Facility Clearance Level; NAICS codes; point of contact name, telephone number, and email address, if an authorized distributor or dealer, and indicate if actively registered on System for Award Management (SAM.gov).

THIS NOTICE IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. ALTHOUGH PROPOSAL AND OFFEROR ARE USED IN THIS REQUEST FOR INFORMATION, YOUR RESPONSE WILL BE TREATED AS INFORMATION ONLY. IT SHALL NOT BE USED AS A PROPOSAL.

View original listing