SOURCES SOUGHT NOTICE
The Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition of fuel transportation via barge in support of NAVSUP Fleet Logistics Center San Diego. Services shall be required at the following locations:
-Pacific based ships, San Diego Bay, San Diego, CA 92136
The primary North American Industry Classification System (NAICS) code for this procurement is 483211 with a size standard of 1,050 Employees.
The contract term will be a base period with a potential of four one-year option periods. The anticipated award date is July 2026.
It is anticipated that the Request for Proposal (RFP) will be posted on February 2026.
The resulting Task Order is anticipated to be Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ).
Disclaimer: This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this technical description is strictly voluntary.
The Government intends to set-aside this acquisition to small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition.
Respondents need to indicate all small business designations.
Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response. Based upon responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition.
PROJECT INFORMATION:
Performance Work Statement (PWS)
Barge Rental for Fuel Transportation – San Diego, CA
1. Introduction
This Performance Work Statement (PWS) outlines the requirements for renting a barge to transport fuel from the Navy Fuel Farm in Point Loma to various Navy ships located in the San Diego Bay area. The contractor will provide all necessary resources, equipment, and personnel to safely and efficiently deliver fuel as per the specifications and schedules defined herein.
2. Background
The Navy requires a reliable and efficient means of transporting fuel from the Point Loma Fuel Farm to Navy ships operating in the San Diego Bay. The rental of a fuel barge will ensure the timely and safe transfer of fuel from the shore facilities to ships at various mooring locations.
3. Scope of Work
The contractor shall provide a fuel barge that meets the following requirements:
- Barge Specifications:
- Capacity: 400k gallon capacity.
- Fuel Types: Capability to transport JP-5 and F-76 fuel.
- Certification: The barge must meet U.S. Coast Guard (USCG) regulations and be fully compliant with all applicable federal, state, and local environmental and safety standards.
- Condition: The barge must be in good working condition, free from significant leaks, and with no environmental hazards.
- Equipment: The barge must be equipped with fueling systems, hoses, pumps, and any other equipment necessary for the safe transfer of fuel.
- Material: Requesting for barge to have three 2.5m or 3.3m diameter fenders, as well as an 8" or 6" hose flange with approximately 50' to 75' of hose. If the barge is unable to meet the above requirements, then we can use a 4" quick disconnect hose to our bunker station with 30' to 40' hose.
- Operational Requirements:
- The contractor will be responsible for all aspects of fuel barge operation, including loading, transport, and unloading of fuel.
- The barge must be capable of performing multiple trips per day between the Fuel Farm in Point Loma and various Navy ships located in the San Diego Bay.
- The contractor must provide a detailed fuel transportation schedule, which includes coordination with the Navy to ensure that fuel delivery aligns with ship operational requirements.
- Safety and Compliance:
- The contractor must ensure that all operations comply with OSHA, USCG, and other relevant regulatory bodies concerning fuel transfer operations.
- The barge must include spill prevention and response equipment.
- The contractor must provide training to all personnel involved in fuel handling and transportation.
- The contractor shall ensure that all required inspections and certifications are maintained throughout the performance period.
- Certifications and Special Requirements:
- U.S. Coast Guard (USCG) Certifications (for vessels operating in the U.S.)
-
- Certificate of Inspection (COI): A fuel barge must have a valid COI issued by the USCG, confirming it meets the safety standards set out by the Coast Guard.
- Oil Pollution Prevention (OPA 90) Compliance: Fuel barges must meet the requirements of the Oil Pollution Act (OPA) of 1990, which mandates the creation of contingency plans, the use of double-hull construction, and other safety measures to prevent oil spills.
- USCG Spill Response Plan: Fuel barges must have an oil spill response plan approved by the USCG that outlines procedures for addressing potential spills or leaks.
- Vessel Pollution Prevention Certificate (VPP): This certificate ensures the vessel complies with the standards set under the Clean Water Act (CWA), including measures for preventing discharge of oil or hazardous materials into U.S. waters.
- California State Regulations
- California Air Resources Board (CARB): The barge must comply with CARB regulations, particularly regarding emissions from vessels and vapor recovery for fuel transport.
- California State Lands Commission (CSLC): Oversees vessel operations in California waters, including the requirement for proper permitting for fueling operations, spill prevention, and environmental protection measures.
- San Diego Port District Regulations
-
- Port Safety: The Port of San Diego requires fuel barges to adhere to local safety regulations, including emergency response protocols, operational limits in specific zones, and communication requirements with the Port.
- Port Entry Permits: Fuel barges must obtain entry and operating permits to operate in the Port of San Diego. This includes documenting compliance with environmental and safety standards.
- Wastewater and Waste Oil Discharge: Strict regulations prevent the discharge of waste oil or other pollutants into the bay. Fuel barges must have systems in place for managing wastewater and hazardous materials.
- Environmental Protection Requirements
- California Environmental Quality Act (CEQA): If new facilities or infrastructure related to fueling operations are being developed in San Diego Bay, the barge operator may need to adhere to CEQA requirements for environmental review and mitigation measures.
- Marine Pollution Regulations: Compliance with MARPOL Annex I for pollution prevention by oil, and adherence to local policies for wastewater treatment and ballast water management.
- Safety and Emergency Preparedness
- San Diego Fire Rescue: The barge operator must coordinate with local fire and rescue services, including having firefighting equipment and emergency plans specific to San Diego Bay's hazards.
- Oil Spill Contingency Plans: California requires fuel barges to have detailed spill contingency plans that coordinate with the local response teams in case of a spill or other emergency.
- Insurance and Liability
- State Liability Coverage: In addition to federal marine pollution insurance, state-level liability coverage may be required for spill response and environmental cleanup.
- San Diego Port Liability Insurance: Operators should have insurance that covers incidents that may occur specifically within the San Diego Port District.
- Marine Pollution Liability Insurance: A fuel barge operator is typically required to maintain insurance coverage for potential environmental damages, including fuel spills.
- Performance Period:
- The contract term will be for one base year plus 4 one-year options.
- Delivery and Pickup:
- The barge must be available for immediate deployment upon notice from the Navy.
- The barge will operate in San Diego Bay waters, servicing Navy vessels at various docks, piers, or other fueling locations as directed by the Navy.
- Emergency Response and Contingency Planning:
- The contractor shall develop an emergency response plan, including actions in case of spills, accidents, or other unforeseen events.
- The contractor must be capable of responding to emergencies within a specified time frame, as outlined in the emergency response plan.
4. Performance Objectives
- Fuel Delivery Efficiency: The contractor is required to meet the scheduled fuel delivery times and maintain a 98% on-time delivery rate.
- Safety Standards Compliance: All fueling operations must be conducted in compliance with safety regulations, with no incidents or violations occurring.
- Environmental Protection: Zero fuel spills or leaks are acceptable, with penalties for non-compliance to environmental standards.
- Operational Availability: The barge must be available for use at least 98% of the contracted days during the term of the agreement.
5. Deliverables
- Barge Operations Report: Report summarizing fuel transfers, maintenance performed, fuel usage, and any incidents or irregularities.
- Inspection and Certification Documentation: Copies of all inspection reports and certifications from relevant authorities (e.g., USCG, environmental agencies).
- Emergency Response Plan: A comprehensive plan detailing procedures and contact information for potential incidents.
6. Government-Furnished Equipment (GFE) and Services
- The Navy will provide the following equipment and services:
- Access to fueling facilities at the Point Loma Fuel Farm.
- Docking facilities for the fuel barge at designated Navy ships.
- Communication equipment for scheduling and coordination with Navy personnel.
7. Contractor-Furnished Equipment (CFE)
- The contractor is responsible for providing all equipment necessary to fulfill the requirements of this PWS, including but not limited to:
- Fuel barge with proper specifications.
- Fueling hoses, pumps, and related equipment.
- Safety and spill containment equipment.
8. Performance Monitoring and Evaluation
The Navy will evaluate the contractor’s performance based on the following:
- Timeliness: Adherence to the fuel delivery schedule.
- Safety: Compliance with all safety regulations and incident response.
- Operational Efficiency: Efficient use of resources, including maintaining barge availability and minimizing downtime.
- Environmental Compliance: Adherence to environmental regulations, with penalties for spills or mishandling of fuel.
9. Payment and Invoicing
- The contractor will be paid based on a fixed-price basis as agreed in the contract.
- Payments will be made monthly, contingent upon successful completion of deliverables and performance standards.
10. Point of Contact
- For coordination and clarification, the contractor will liaise with the Navy’s designated contracting officer and point of contact at the Point Loma Fuel Farm.
11. Delivery Orders
- Work shall be performed in accordance with the contract and each separately placed delivery order authorized by the contracting officer.
SUBMISSION REQUIREMENTS
Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, and information regarding your company’s experience identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year.
Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed five (5) one-sided, 8 X 11 pages in Microsoft Word or PDF format to the contract specialist via email to: anastasia.pentzakoff@navy.mil.
Submissions must be received via email no later than 3:00 PM Pacific Standard Time on Wednesday Questions or comments regarding this notice shall be posted to the Contract Negotiator in writing and via EMAIL ONLY. No phone calls will be accepted.
NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered.
Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL.