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 maintenance and repairs on WIWA glue and paint pump equipment on the island of Oahu at the Pearl Harbor Naval Shipyard.
The tentative period of performance for this service is 08 September 2025 to 07 September 2026, with an additional four (4) option years.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; the size standard for this NAICS is $12,500,000. Product Service Code is J049 - Maintenance, Repair and Rebuilding of Equipment: Maintenance and Repair Shop Equipment
Please note the following:
The solicitation number for this requirement is N32253-25-Q-1002.
- Quotes are due no later than, 11 August 2025, 07:00am HST.
- Quotes must be sent via email to both the primary and secondary points of contact.
- Addendum to FAR 52.212-1 on page 41
- All offerors are required to submit the following:
- Standard Form 1449 (page 1) - Fill out block 17a (to include Contractor name, address, telephone number and CAGE Code) and blocks 30 a-c (to be completed and signed by an authorized representative/official.
- Standard Form 1449 (pages 3 to 5) - Fill out the unit price and total amount for each CLIN(s).
- Standard Form 1449 (pages 28 to 40) - Complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004 and Alternate I). Complete only paragraph (b) (page 30) of this provision if the annual representations and certifications were electronically completed in the System for Award Management. If the annual representations and certifications were not completed electronically, complete only paragraphs (c) through (v) of this provision.
- Technical Proposal - Please submit a detailed technical proposal (not to exceed 5 pages) that clearly demonstrates thorough knowledge and understanding of, and approach to completing the work in accordance with the PWS. The proposal must contain sufficient details so that it may be evaluated in accordance with the PWS and comply with the period of performance set forth in the solicitation
- Itemized Price Breakdown - Provide an itemize price breakdown of the quote that clearly and concisely describes and defines the contractor's response to the requirements contained in the solicitation.
- Travel costs including airfare, lodging, rental car, and per diem, shall be included. Travel shall be in accordance with current Department of Defense (DoD) Joint Travel Regulations and Federal Acquisition Regulations (FAR) 31.204-46.
- 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) 2025-04, DFARS 01/17/2025, and NMCARS 18-25.
- All questions regarding solicitation N32253-25-Q-1002 shall be submitted in writing via email to the listed POCs. Questions are due by 18 July 2025 07:00am HST.