UPDATED -- SOLICITATION AMENDMENT
*** The purpose of this amendment to the solicitation is to add DFARS clause 252.232-7998, Obligations in Advance of Fiscal Year 2026 Funding (DEVIATION 2026-O0001).
All other terms and conditions remain unchanged.
---
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.
Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is seeking a contractor to provide one or more frac tanks with a minimum combined capacity of 60,000 gallons for temporary seawater storage at PHNSY&IMF. Additional details and specifications can be found in the attached draft Performance Work Statement (PWS).
The tentative period of performance for this service is 10/9/2025 – 2/7/2026.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 532490; the size standard for this NAICS is $40 Million. Product Service Code is W046 – Lease or Rental Equipment – Water Purification and Sewage Treatment Equipment.
Please note the following:
- The solicitation number for this requirement is N32253-26-Q-0003.
- Quotes are due no later than Friday, 10/3/2025 at 11:00 a.m. 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) 2025-06, DFARS 01/17/2025, and NMCARS 18-22.
- In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 8 pages) that clearly demonstrates 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.
- As part of the price quote package, the Offeror shall submit a completed SF 1449, including Block 17a (page 1) and CLIN information for items 0001 and 0002 (page 3). Submission of a signed offer to the Government constitutes agreement with and acceptance of all solicited terms and conditions.
- All quotation submissions need to include completion of FAR 52.212-3.
- 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, https://sam.gov/, to view potential amendments and procurement notifications for this solicitation.
- Contract award will be in accordance to 52.212-2 as stated in the solicitation.