Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
SOLICITATION NOTICE

P -- Wall Crane Dismantle

Notice Date
8/18/2025 10:12:31 AM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-25-Q-1046
 
Response Due
8/20/2025 11:00:00 AM
 
Archive Date
09/04/2025
 
Point of Contact
Fiona Lynch, Lynn Imperial
 
E-Mail Address
fiona.c.lynch.civ@us.navy.mil, lynn.s.imperial.civ@us.navy.mil
(fiona.c.lynch.civ@us.navy.mil, lynn.s.imperial.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
08/18/2025 Q&A See Attached: SUMMARY OF CHANGES The purpose of this amendment is to incorporate the following: Incorporate Q&A to include further questions. See Q&A Attachment. PHNSY & IMF requires a service contract to remove and dismantle two (2) Shepard Niles 5-ton wall cranes. The contractor shall provide one individual as a Project Manager who is responsible for the planning, scheduling, managing the execution of work concerning all aspects of this contract. Additional details and specifications can be found in the Performance Work Statement (PWS), enclosed in the attached Solicitation N3225325Q1046. The government intends to award a single Firm Fixed Price contract. The tentative Period of Performance (POP) for this service is 02-Sept-2025 - 30-Sept-2025. This notice is 100% set aside for small business. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238290- Other Building Equipment 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-1046. � Quotes are due no later than Wednesday, 08/20/2025 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 10 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-1046 shall be submitted in writing via email to the listed POCs. A site visit will be held at Pearl Harbor Naval Shipyard and Intermediate Facility (PHNSY & IMF) on Thursday, August 14 at 9:00 HST. All interested parties MUST RSVP by TUESDAY, 12 AUGUST at 11:00 AM HST by emailing both Government POCs. See encl(1). Attachments: APPENDIX I - Safety and Health Work Practices PHNSY & IMF APPENDIX II - Environmental Protection APPENDIX III � Contractor Security Requirements APPENDIX IV - Contractor Cranes on Base ATTACHMENT I - OPSEC Contract Requirements Wage Determination Offer Delivery: Offerors shall deliver their Offer via email only to the Government POCs in the table above. No other means of delivery will be accepted. Offerors are hereby advised that the size limit including attachments is 35 MB per email. Emails that exceed this size limit will not be received by the Government. It is the Offeror�s sole responsibility to ensure their Offer is received by the Government POCs no later than the specified closing date and time. When necessary to comply with this size limit, the Offeror may deliver their Offer through multiple emails, with each email clearly marked in the Subject line indicating its sequence order within the total number of emails being transmitted (for example, email 1 of 3). Offers received after the due date may not be considered unless the Contracting Officer determines that the delay was caused solely by the Government and accepting the Offer is in the best interest of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8e8e03a548cc4e70b1957884434a867f/view)
 
Place of Performance
Address: Honolulu, HI, USA
Country: USA
 
Record
SN07554837-F 20250820/250818230046 (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.