Opportunity

SAM #N0060426Q4030

Navy Crew Vessel Transportation Services between San Diego and San Clemente Island

Buyer

NAVSUP Fleet Logistics Center Pearl Harbor

Posted

May 05, 2026

Respond By

May 11, 2026

Identifier

N0060426Q4030

NAICS

483114

NAVSUP Fleet Logistics Center Pearl Harbor is seeking small business contractors to provide daily crew vessel transportation services for Navy personnel. - Government Buyer: - Department of the Navy, NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Office - U.S. Navy, Pacific Fleet - Services Requested: - Daily personnel transport by crew vessel between Naval Base Point Loma (San Diego, CA) and a Brief Stop for Personnel near San Clemente Island - Vessel must meet U.S. Coast Guard certification and safety standards - Minimum vessel capacity: 50 passengers - Minimum cruise speed: 17 knots - Onboard powered crane for supply transport - 24-foot personnel gangway required - All costs to be included in price proposal - Compliance with detailed Performance Work Statement (PWS) is mandatory - Notable Requirements: - 100% small business set-aside under NAICS 483114 (Coastal and Great Lake Passenger Transportation) - Evaluation is Lowest Priced Technically Acceptable (LPTA) - Offerors must ensure vessel make and model meet all PWS specifications - Registration in System for Award Management (SAM) required - No specific OEMs or vessel manufacturers are named; offerors may propose any vessel meeting the requirements - Period of performance is three months, with daily operations Monday through Friday and contingency days for schedule adjustments

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR 12 Acquisition of Commercial Products and Commercial Services as supplemented with the additional information found at FAR Subpart 12.201-1 Simplified Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM.gov and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060426Q4030.  

This solicitation documents and incorporates provisions and  clauses in effect from the Revolutionary FAR Overhaul and DFARS Publication DFARS Change 11/10/2025.  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-overhaul/far-part-deviation-guide and https://www.acq.osd.mil/dpap/dars/dfars_far_overhaul_class_deviations.html  

The NAICS code is 483114, Costal and Great Lake Passenger Transportation and the Small Business Standard is 550 employees.

The proposed contract is 100 percent set aside for small business  concerns. The Small Business Office concurs with the set-aside decision.

The NAVSUP Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests responses from qualified small business sources capable of providing:

CLIN 0001 – CREW VESSEL TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 15 MAY 2026 THROUGH  15 AUG 2026 IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL  COSTS.

Attachments: Attachment 1. PWS Personnel Transfer Support Redacted

Attachment 2. Wage Determination No. 2019-0288, Rev 25

Attachment 3. Combined Synp-Solit Personnel Transfer

Attachment 4. FAR & DFARS Provisions and Clauses

All offerors shall also include information requested from PWS in accordance with section 3.1.1.

The method of payment will be by Wide Area Work Flow (WAWF).

Period of Performance (PoP): 15 MAY 2026 thru 15 AUG 2026

System for Award Management (SAM). Offerors 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/.

Questions shall be submitted via e-mail by Noon (Hawai‘i Standard Time) Wednesday, 06 May 2026 to Christine Ah Yee, Contract Specialist christine.l.ahyee.civ@us.navy.mil . Emails sent to this e-mail address shall clearly reference RFQ N0060426Q4030 in the subject line. Oral inquiries will NOT be accepted. Additionally, other methods of submitting questions will not be acknowledged or addressed.

Offers: This solicitation will close at 0900 (Hawai‘i Standard Time), Monday, 11 May 2026.

Offers shall be received by the stated deadline via e-mail to Christine Ah Yee, Contract Specialist, at christine.l.ahyee.civ@us.navy.mil. Oral communications are NOT acceptable in response to this notice. All responsible small business sources may submit an offer by the solicitation close date shall be considered by the agency.

All offers shall include price(s), a point of contact, name and phone number, business size, CAGE code and payment terms.

Offerors are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and, consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Offerors will not be accepted by facsimile. Oral offers will not be accepted. Late offers will NOT be considered. Delivery delays that cause a offer to be late are NOT the responsibility of the government agency and such late offers will not be accepted.

Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements.

It is emphasized that this combined solicitation/synopsis is issued in accordance  with the procedures of FAR Part 12 Acquisition of Commercial Products and Commercial Services, which are intended to streamline source selection and be minimally burdensome for both the Government and the Offerors interested in competing for this requirement.

Price: Offerors shall submit a price for CLIN 0001, Crew Vessel Transportation Services. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, price reasonableness or any other technique permissible by FAR 12 and FAR 15.404-1(b)(2).

Evaluation Criteria: To be rated acceptable, award decision will be made using the Lowest Priced Technically Acceptable  (LPTA) method and successfully offeror must 1) State that they take no exceptions to the PWS in its entirety and 2) the vessel make and model must clearly meet all specifications of the PWS in accordance with section 3.1.1.

Responsibility Determination: To be eligible for award of a purchase order hereunder, the offeror  must be determined by the Contracting Officer to be a responsible offeror in accordance with FAR 9.1.

The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and the Federal Awardee  Performance and Integrity Information System (FAPIIS). Furthermore, the Procuring Contracting Officer (PCO) may request additional information from the prospective offeror that was NOT previously identified in the solicitation to satisfy the standards under FAR 9.104.

FAR and DFAR provisions and clauses apply.

 

View original listing