Vessel Transportation Services - Kure Atoll
Agency: Hawaii Department of Land & Natural Resources [HI]
Location: Hawaii
NAICS: Not Provided
| Agency | MSC Headquarters |
|---|---|
| Deadline | 05/06/26 |
| Posted | 04/30/26 |
| Estimated Value | $1,500,000 - $3,500,000 (AI estimate) |
| Set Aside | None |
| NAICS | 483111 - Deep Sea Freight Transportation |
| PSC | V124 - Transportation/Travel/Relocation- Transportation: Marine Charter |
| Location | HI United States |
Please see attached Sources Sought Notice N32205-26-PM4-102
Background The Military Sealift Command (MSC) Norfolk, Strategic Sealift Program Support Office, is conducting market research through this Sources Sought Notice (N32205-26-PM4-102) to gather information on the availability and pricing of a U.S. flag, Jones Act, ocean-going certified tug capable of towing two naval vessels in support of RIMPAC-26. This notice serves as a request for information only and does not commit MSC to pay any costs incurred in the preparation or submission of responses. Work Details The contractor will be required to provide a tug capable of towing the following vessels: - EX-MOBILE BAY (CG-53) with a displacement of 9,600 LT, length of 568 feet, beam of 55 feet, and max draft of 34 feet; - EX-PELELIU (LHA-5) with a displacement of 39,000 LT, length of 820 feet, beam of 106 feet, and max draft of 27 feet. The mission involves one voyage consisting of two separate tows from Bremerton, WA and Pearl Harbor, HI to the Pacific Missile Range Facility (PMRF), Barking Sands, Kauai, Hawaii. The total laytime for the mission is four days. The contractor must ensure that the tug meets specific requirements including being built in 1970 or later, having sufficient bollard pull for towing at a minimum speed of six knots in Beaufort 5 conditions, and having adequate fuel capacity for the entire mission without refueling. Additionally, the contractor must provide internet and satellite phone capabilities and comply with the U.S. Navy Towing Manual. A pre-tow conference is required prior to each tow with necessary attendees including MSC representatives and an Independent Marine Surveyor (IMS) who will oversee operations and ensure compliance with safety standards. Period of Performance The contract work is scheduled to commence on or before July 11, 2026 for EX-MOBILE BAY and July 17, 2026 for EX-PELELIU. Place of Performance The contract will be performed at various locations including Bremerton, WA; Pearl Harbor, HI; and Pacific Missile Range Facility (PMRF), Barking Sands, Kauai, Hawaii.
| Contact name | Brandon Page |
|---|---|
| Contact email | brandon.a.page.civ@us.navy.mil |
| Contact phone | (564) 226-1239 |
| Secondary contact name | Christopher Tomlin |
| Secondary contact email | christopher.a.tomlin5.civ@us.navy.mil |
| Secondary contact phone | None |
Agency: Hawaii Department of Land & Natural Resources [HI]
Location: Hawaii
NAICS: Not Provided
Agency: Law Enforcement [HI]
Location: Hawaii
NAICS: Not Provided
Agency: Hawaii Department of Land & Natural Resources [HI]
Location: Hawaii
NAICS: Not Provided
Agency: Law Enforcement [HI]
Location: Hawaii
NAICS: Not Provided