10x Okuma Equipment Preventative Maintenance

SOL #: N32253-25-SIMACQ-PHNS-930-0012Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PEARL HARBOR NAVAL SHIPYARD IMF
PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

JBPHH, HI

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment (J049)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 10, 2025
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Feb 27, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy / Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is soliciting proposals for Preventive Maintenance, Repair, Calibration, and Remedial Services for 10 OKUMA Vertical Machining Centers, Thread Rollers, and Turning Centers. This unrestricted solicitation seeks a qualified contractor to ensure the equipment remains fully operational. Quotes are due February 27, 2026, at 11:00 a.m. HST.

Scope of Work

The contractor will provide manufacturer-trained certified technicians to perform:

  • Annual preventive maintenance, repair, calibration, and remedial services for three OKUMA Vertical Machining Centers, two OKUMA Thread Rollers, and five OKUMA Turning Centers.
  • Two routine, 10-day on-site preventive maintenance services per contract period.
  • Inspection reports detailing work performed, identified problems, and equipment condition within one week of service completion.
  • Supply new, OEM-specified parts for preventive maintenance; remedial repair parts will be issued via separate purchase orders.
  • Management and disposal of hazardous waste and scrap metals.
  • All labor, airfare, lodging, rental car, and per diem costs must be included in the service cost.

Contract Details

  • Solicitation Number: N32253-26-Q-0011
  • Contract Type: Firm Fixed Price
  • Period of Performance: Base year (March 20, 2026, to March 19, 2027) with four option years, extending through March 19, 2031.
  • Place of Performance: Building 67, Shop 31, Pearl Harbor Naval Shipyard, Controlled Industrial Area (CIA), Pearl Harbor, Hawaii.
  • Set-Aside: Unrestricted
  • NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance ($12.5 million size standard).
  • Product Service Code: J049 – Maint/Repair/Rebuild of Equipment—Maintenance and Repair Shop Equipment.
  • Funding: Contingent upon availability of appropriated funds.

Special Requirements & Eligibility

  • Technicians must be manufacturer-trained and certified by the OEM, and must be U.S. citizens or U.S. nationals. Sub-contract technicians are not permitted.
  • Contractor personnel must adhere to strict security requirements, including obtaining unescorted entry (green badge) and compliance with Portable Electronic Device (PED) policies.
  • A Quality Control Plan (QCP) must be implemented.
  • Contractors must possess a valid CMMC Level 1 self-certification at the time of offer submission and for the duration of the contract.
  • Compliance with environmental protection guidelines, safety protocols, and the Service Contract Act Wage Determination is mandatory. An OPSEC Plan is not required, but basic OPSEC adherence is expected.

Submission & Evaluation

  • Quotes Due: February 27, 2026, at 11:00 a.m. HST.
  • Submission: Via email to both primary (Colby Teruya) and secondary (Evangeline Calaustro) points of contact. Email size limit is 35 MB.
  • Required Documents:
    • Completed SF 1449 (blocks 17a, 30a-c).
    • Unit prices and total amounts for CLINs 0001, 1001, 2001, 3001, 4001.
    • Detailed written technical proposal (not to exceed 8 pages) demonstrating understanding of the PWS.
    • Itemized breakdown of quote by labor, travel, and materials.
  • Evaluation: Lowest Priced Technically Acceptable (LPTA), based on Technical Capability (Acceptable) and Price.
  • Registration: Firms must be registered in SAM.gov by the award date.
  • Questions: Questions were due by February 25, 2026. Q&A has been posted, and updated proposals can be submitted by the quote due date.

People

Points of Contact

Evangeline CalaustroSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Feb 26, 2026
Version 3
Solicitation
Posted: Feb 19, 2026
View
Version 2
Solicitation
Posted: Jan 20, 2026
View
Version 1
Pre-Solicitation
Posted: Oct 10, 2025
View
10x Okuma Equipment Preventative Maintenance | GovScope