Bid Date: 2025-08-20

Project Description: 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.

Plans

Specifications

SF 1449 - N3225325Q1046.pdf
Performance Work Statement.docx
encl(1)_SiteVisit.pdf
Wage Determination.pdf
APPENDIX I Safety and Health Work Practices PHNSY IMF.pdf
APPENDIX II Environmental Protection - 16-OCT-2019.pdf
APPENDIX III Contractor Security Requirements.pdf
APPENDIX IV Contractor Cranes on Base.pdf

Addendums/Amendments