Opportunity

SAM #N0060426Q4031

Stevedoring and Longshoring Support Services at Joint Base Pearl Harbor-Hickam, Hawaii

Buyer

NAVSUP Fleet Logistics Center Pearl Harbor

Posted

April 23, 2026

Respond By

April 28, 2026

Identifier

N0060426Q4031

NAICS

488320, 488310, 488390, 532411

NAVSUP Fleet Logistics Center Pearl Harbor is seeking stevedoring and longshoring support services for operations at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. - Government Buyer: - Department of the Navy, NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH), Ocean Terminals Division - Services Requested: - Stevedoring support services in accordance with the Performance Work Statement (PWS) - Longshoring services including Roll on/Roll off (RORO) and Lift on/Lift off (LOLO) cargo handling, cargo lashing, tarpaulin installation/removal, debris disposal, yard management, cargo tally reporting, and damage reporting - Provision of a 15-man gang, wharf clerks, machine operators, and supervisors - Equipment rental: 2 forklifts up to 5 tons and 2 forklifts between 13-25 tons (each for 3 days) - Mobilization and de-mobilization services - Products/Line Items: - LOLO Mission Set DX (Non-Standard) longshoreman labor shifts (6 units, part number 1002) - Forklift up to 5 tons (2 units, part number 1017) - Forklift 13-25 tons (2 units, part number 1019) - Mobilization (1 unit, part number 1024) - De-mobilization (1 unit, part number 1025) - Unique/Notable Requirements: - Compliance with the attached Performance Work Statement (PWS) and wage determination - Contractor must provide all personnel, equipment, and supervision - Adherence to environmental, safety, and security requirements - Attendance at operational planning meetings may be required - Registration in SAM and compliance with FAR/DFARS clauses - OEMs/Vendors: - No specific OEMs or vendors are named in the solicitation - Place of Performance/Delivery: - Joint Base Pearl Harbor-Hickam (JBPHH), Kilo and Hotel Pier, 1025 Quincy Street BLDG 9478, Kilo Pier, HI 96860 - Oahu, Hawaii

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation SHALL be posted on SAM.gov.

The RFQ number is N0060426Q4031. This solicitation documents and incorporates provisions and clauses in effect through FAC 2026-01 and DFARS Publication Notice 20251011. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/    and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

The NAICS code is 488320 and the Small Business Standard is $47M.

This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside decision.

The NAVSUP Joint Base Pearl Harbor Hickam requires responses from qualified sources capable of providing the following:

CLIN 0001      Stevedoring Support Services in accordance with the attached PWS (attachment 2).

                        Unit of issue: Group, Quantity: 1

Period of Performance: 03 MAY 2026 to 05 MAY 2026 (estimated)

Delivery Location: 1025 Quincy Street BLDG 9478, Kilo Pier JBPHH, HI 96860

Delivery Method: FOB Destination

Contract Type: Firm-Fixed Price (FFP)

Method of Payment: Wide Area Workflow (WAWF).  

Attachments applicable to this solicitation:

Attachment 1 - Combined Synopsis Solicitation N0060426Q4031

Attachment 2 - Performance Work Statement (PWS)

Attachment 3 - Cargo List

Attachment 4 - Quote Submittal Worksheet

Attachment 5 – FAR and DFARS provisions and clauses are applicable to this procurement

Attachment 6 - Wage Determination 15-5689 Rev 27

Evaluation of Quotes:

Quotes will be evaluated by adding the total cost of all ELIN’s with Attachment 4 Quote Submittal Worksheet.

Procedures in FAR 12.203 are applicable to this procurement. The contract award will be made to the lowest

priced quote, which is technically acceptable, taking no exceptions to the PWS (quote submission) or any of the terms of the solicitation, and for which quoter has been determined responsible. The government may either make a responsibility determination without requesting any information from a quoter or require a quoter to provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1.

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

Questions:

Questions shall be submitted to Mark Lowe at mark.e.lowe18.civ@us.navy.mil no later than 1:00PM HST on Friday 24 Apr 2026. Emails sent to this address shall clearly reference the RFQ# N0060426Q4031 in the subject line. Questions submitted after the allotted date and time will not be accepted.

Quotation submittal:

Quotes to include Attachments four (4) shall be submitted via email to Mark Lowe at mark.e.lowe18.civ@us.navy.mil no later than 3:00PM HST on Monday 27 Apr 2026. No other method will be accepted in response to this notice.

                                                 ******* End of Combined Synopsis/Solicitation ********

View original listing