MODIFICATION
J -- X-ray Microanalysis PM & Repair
- Notice Date
- 8/21/2025 4:40:47 PM
- Notice Type
- Solicitation
- NAICS
- 811210
—
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N32253-25-Q-1011
- Response Due
- 8/29/2025 11:00:00 AM
- Archive Date
- 09/13/2025
- Point of Contact
- Meagan Wong, Lyndon Paloma
- E-Mail Address
-
meagan.o.wong.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil
(meagan.o.wong.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil)
- 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. PHNSY & IMF requires a contractor to perform technical support, for annual, on-site preventive maintenance, calibration and repair on Oxford Instruments INCA MICS/X-Stream/SEM X-Act, serial #SC23. All work shall be performed by an OEM qualified service technician, using OEM parts and consumables. Additional details and specifications can be found in the attached Performance Work Statement (PWS). The tentative period of performance including the option years for this service is 09/25/2025 to 09/26/2029. 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 811210 �Electronic and Precision Equipment Repair and Maintenance; size standard for this NAICS is $34,000,000. The Product Service Code is J066 � Maintenance, Repair, and Rebuild of Equipment � Instruments & Lab Equipment. Please note the following: The solicitation number for this requirement is N32253-25-Q-1011. Quotes are due no later than Friday, 08/29/2025 at 8:00AM 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) 2025-03, DFARS 01/17/2025, NMCARS 18-22. In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 3 pages) that clearly demonstrate thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible. All quotation submissions need to include completion of FAR 52.204-24, 52.204-26, 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 1) and CLIN information (0001, 1001, 2001, 3001 � SF 1449 pages 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, travel and materials 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-1011 shall be submitted in writing via email to the listed POCs. Questions are due Monday, 08/25/2025 08:00AM HST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/42593c6404cc40d395c5fd186cacf9e4/view)
- Place of Performance
- Address: JBPHH, HI, USA
- Country: USA
- Country: USA
- Record
- SN07560163-F 20250823/250821230047 (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 |