MODIFICATION
P -- Dismantle and Package Canvas Mobile Shelter System for Disposal
- Notice Date
- 10/23/2025 12:23:51 PM
- Notice Type
- Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N32253-26-Q-0010
- Response Due
- 11/14/2025 9:00:00 AM
- Archive Date
- 11/29/2025
- Point of Contact
- Reid Saito, Evangeline Calaustro
- E-Mail Address
-
reid.y.saito.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil
(reid.y.saito.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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) seeks a contractor that is qualified to dismantle a 40� x 60� x 28� canvas mobile shelter system (MSS) and package for disposal. PHNSY&IMF will dispose of the shelter system at a later date. The contractor shall provide all labor, equipment, tools and materials in order to accomplish the dismantling and packaging. The tentative period of performance for this service 15 December 2025 to 31 January 2026. *(Performance period may be updated.) 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 238910 - Site Preparation Contractors; size standard for this NAICS is $19,000,000.00. Product Service Code is P500 - SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (Other Than Buildings). Please note the following: The solicitation number for this requirement is N32253-26-Q-0010 Quotes are due no later than 11/14/2025 at 07:00 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. In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 10 pages) that clearly demonstrate thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Nonconformance will deem an Offeror ineligible. All quotation submissions need to include completion of FAR 52.212-3 CLASS DEVIATION 2025-O0004. As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a., 30a., 30b. and 30c. (SF 1449 page 1) and CLIN information 0001 (SF 1449 page 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, https://sam.gov/, to view potential amendments and procurement notifications for this solicitation. Labor, material, travel and other direct costs 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 N32253-25-Q-0010 shall be submitted in writing via email to the listed POCs. Questions are due 10/29/2025 07:00 HST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/da4c86c9029340b1b1e60f68a5132a75/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07626160-F 20251025/251023230032 (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 |