Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2025 SAM #8720
MODIFICATION

J -- AC PLANT #1 AND #2, TROUBLESHOOT AND OPERATIONALLY TEST

Notice Date
10/9/2025 6:56:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-26-Q-0002
 
Response Due
10/16/2025 1:10:00 PM
 
Archive Date
10/31/2025
 
Point of Contact
Sarah Chang, Reid Saito
 
E-Mail Address
sarah.k.chang2.civ@us.navy.mil, reid.y.saito.civ@us.navy.mil
(sarah.k.chang2.civ@us.navy.mil, reid.y.saito.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The primary mission of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is to deliver regional maintenance, at the depot and intermediate levels, to keep the surface ships and submarines of our nation's Navy ""Fit to Fight."" As Hawaii�s regional maintenance center, capabilities include excellence in overhauling, repairing, converting, alteration, refurbishing, and decommissioning of Navy vessels. Under the authority 10 U.S.C.2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, PHNSY &IMF intends to award a sole source contract to Johnson Controls, Inc. to provide onsite technical services to operationally test/troubleshoot AC Plant #1 and #2 onboard a submarine at PHNSY & IMF. 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) 2025-01, DFARS 11/25/2024, and NMCARS 18-25. The anticipated Period of Performance is 11/03/2025 � 12/24/2025. Please note the following: *This solicitation is available upon request only. Please email both the primary and secondary point of contacts listed in this posting to obtain this solicitation.* Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). Offers need to include a completed copy of the provision at FAR 52.212-3. No telephonic responses will be accepted. Quotes are due no later than THURSDAY, 10/16/2024, 10:00 a.m. HST. Quotes must be sent via email to both the primary and secondary points of contact.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/52f99779050742b483ce3a3b2c309465/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07615574-F 20251011/251009230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.