Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is a US Navy regional industrial center that maintains, overhauls and repairs various vessels of the US Navy. Its industrial operations provide the US naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support to submarines, surface vessels and shore-based activities in the Pacific.
PHNSY & IMF requires training for Pearl Harbor Naval Shipyard and IMF (PHNSY&IMF) personnel responsible for ensuring shipments of radioactive material and radioactive waste are proper for transportation and disposal. This includes personnel from Code 2380 Nuclear Facilities and Waste Engineering Division, Code 105 Radiological Control Office, Code 2350 Nuclear Quality Division, Code 130 Quality Assurance Department, and other organizations, as needed. This function specific training is more detailed and technical than the general awareness / familiarization training provided by Code 900T to the shops. The required training is as follows:
- U.S. Department of Transportation (DOT) initial / recurrent training, as required by Title 49 of the Code of Federal Regulations (CFR), specifically 49 CFR 172 Subpart H; and
- International Air Transport Association (IATA) Dangerous Goods Regulations initial / recurrent training for the transportation of Dangerous Goods by air, as required by IATA Dangerous Goods Regulations paragraph 1.5
Additional details are provided in the Performance Work Statement (PWS).
The tentative period of performance for this service is 01/01/2026 to 12/31/2029. If you are unable to meet the period of performance date, please submit soonest availability with submission of quotation.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 611430 – Professional and Management Development Training; size standard for this NAICS is $15,000,000. The Product Service Code is U099 – Education/Training - Other.
Please note the following:
- The solicitation number for this requirement is N32253-26-Q-0004.
- Quotes are due no later than Monday, 12/01/2025 at 8:00AM HST.
- Quotes must be sent via email to both the primary and secondary points of contact.
- All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2025-03, DFARS 01/17/2025, NMCARS 18-22.
- In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 3 pages) that clearly demonstrate thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible.
- All quotation submissions need to include completion of FAR 52.204-24, 52.204-26, 52.212-3.
- As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a and 30a-30c (SF 1449 page 1) and CLIN information (0001, 1001, 2001, 3001 – SF 1449 pages 3) completed…submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions.
- The Government may revise the solicitation at any time by means of an Amendment. It is an offeror’s responsibility to ensure it is accessing the Government Point of Entry (GPE) website, to view potential amendments and procurement notifications for this solicitation.
- Labor, travel and materials shall be included. Travel, airfare, lodging, rental car, and per diem shall be in accordance with current Department of Defense, Joint Travel Regulations (JTR) and Federal Acquisition Regulations (FAR) 31.205-46. Travel receipts shall be, provided upon request.
- Contract award will be in accordance to 52.212-2 as stated in the solicitation. All questions regarding solicitation N32253-26-Q-0004 shall be submitted in writing via email to the listed POCs. Questions are due Wednesday, 11/26/2025 08:00AM HST.