Diesel Engine Wire Harness Replacement on a Virginia-Class Submarine
Agency: Naval Sea Systems Command
Location: JBPHH, Hawaii
NAICS: 336611
| Agency | NAVSUP Fleet Logistics Center Pearl Harbor |
|---|---|
| Deadline | 02/05/26 |
| Posted | 01/31/26 |
| Estimated Value | Not Provided |
| Set Aside | None |
| NAICS | 488320 - Marine Cargo Handling |
| PSC | V114 - Transportation/Travel/Relocation- Transportation: Stevedoring |
| Location | JBPHH, HI 96860 United States |
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the 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 N0060426Q4007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 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
17FEB2026 to 19FEB2026 (estimated)
1025 Quincy Street BLDG 9478, Kilo Pier JBPHH, HI 96860
FOB Destination
Firm-Fixed Price (FFP)
Wide Area Workflow (WAWF). Attachments applicable to this solicitation: Attachment 1 - Combined Synopsis Solicitation N0060426Q4007 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 - Provisions FAR 52.212-3 and FAR 52.204-24 Attachment 7 - Wage Determination 15-5689 Rev 27
Quotes will be evaluated by adding the total cost of all ELIN's with Attachment 4 Quote Submittal Worksheet. Procedures in FAR 13.106 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 12:00PM HST on Tuesday 03 February 2026. Emails sent to this address shall clearly reference the RFQ# N0060426Q4007 in the subject line. Questions submitted after the allotted date and time will not be accepted. Quotation submittal: Quotes to include Attachments four (4) and six (6) shall be submitted via email to Mark Lowe at mark.e.lowe18.civ@us.navy.mil no later than 12:00PM HST on Thursday 05 February 2026. No other method will be accepted in response to this notice .
Background The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Pearl Harbor (FLCPH) provides logistics and supply support services to joint warfighters, allied forces, and coalition partners in the Mid-Pacific and beyond. The Ocean Terminals Division offers a range of ocean transportation services to Department of Defense (DOD) forces, including Longshoring (Stevedoring) services. The goal of this contract is to acquire firm fixed-priced Longshoring services to support pier operations for the onloading of military equipment onto a vessel. Work Details The contractor shall provide all personnel, equipment, and supervision necessary to deliver Longshoring services in accordance with best commercial practices. Key tasks include: attending government operational planning meetings; providing vessel load services via Roll on/Roll off (RORO) and Lift on/Lift off (LOLO); moving cargo from its resting place to the vessel; lashing cargo in its final stow location onboard the vessel; installing government-furnished tarpaulin covers; disposing of debris generated by operations; storing unused materials aboard the vessel as instructed by the Contracting Officer Representative (COR); and reporting any damages to pier, cargo, or ship immediately. Period of Performance 17FEB2026 to 19FEB2026 Place of Performance 1025 Quincy Street BLDG 9478, Kilo Pier JBPHH, HI 96860
| Contact name | Mark Lowe |
|---|---|
| Contact email | mark.e.lowe18.civ@us.navy.mil |
| Contact phone | (808) 473-7837 |
| Secondary contact name | PENELOPE PARNES |
| Secondary contact email | penelope.a.parnes.civ@us.navy.mil |
| Secondary contact phone | None |
Agency: Naval Sea Systems Command
Location: JBPHH, Hawaii
NAICS: 336611
Agency: NAVSUP Fleet Logistics Center Pearl Harbor
Location: JBPHH, Hawaii
NAICS: 611699
Agency: Naval Sea Systems Command
Location: JBPHH, Hawaii
NAICS: 336611
Agency: NAVFAC Hawaii
Location: JBPHH, Hawaii
NAICS: 541330