SOLICITATION NOTICE
P -- Dismantle and Removal of Plate Rollers
- Notice Date
- 1/22/2025 12:46:34 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
- N32253-25-Q-0015
- Response Due
- 2/3/2025 10:00:00 AM
- Archive Date
- 02/18/2025
- Point of Contact
- Malia Hutton, Lyndon Paloma
- E-Mail Address
-
malia.e.hutton.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil
(malia.e.hutton.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. PHNSY & IMF requires a service contract to disassemble, remove, package and relocate/stage two plate rollers. The schedule of the dismantling and removal of the plate rollders shall be determined by government representative and coordinated with the contractor. Additional details and specifications can be found in the Performance Work Statement (PWS), enclosed in the attached solicitation N32253-25-Q-0015. The government intends to award a single Firm Fixed Price contract. The tentative Period of Performance (POP) for this service is 03-Feb-2025 - 01-Aug-2025. This notice is 100% set aside for small business. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238910 Site Preparation Contractors. The Product Service Code is P500 Salvage - Demolition of Structures / Facilities (other than buildings). Please note the following: � The solicitation number for this requirement is N32253-25-Q-0015. � Quotes are due no later than Tuesday, 02/03/2025 at 8:00 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) 2025-02, DFARS 12/18/2024, and NMCARS 18-22. � Technical Approach: In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal. Please submit a technical proposal (not to exceed 5 pages) that clearly demonstrates thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. 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. Non-conformance will deem an Offeror ineligible. � All quotation submissions need to include completion of FAR 52.204-24,52.204-26, and 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 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 https://sam.gov/ website to view potential amendments and procurement notifications for this solicitation. � Submit an itemized breakdown of the price quote that clearly and concisely describes and defines the contractor�s response to the requirements contained in the solicitation. If required, travel costs including airfare, lodging, rental car, per diem, shall be included. If required, travel shall be in accordance with current Department of Defense (DoD) Joint Travel Regulations and Federal Acquisition Regulations (FAR) 31.204-46. Travel receipts shall be, provided upon request. All questions regarding solicitation N32253-25-Q-0015 shall be submitted in writing via email to the listed POCs. Questions are due by Tuesday, 01/27/2025, 8:00 am HST Attachments: Solicitation Appendix I II III IV ATTACHMENT I Hot Work Checklist and Permit ATTACHMENT II OPSEC Contract Requirements Photos
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f2c25b5f42a24feea2331e4fa77ec8f3/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07319445-F 20250124/250122230101 (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 |