10x Okuma Equipment Preventative Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is soliciting proposals for Preventative Maintenance and Repair Services for 10 OKUMA Vertical Machining Centers, Thread Rollers, and Turning Centers. This unrestricted opportunity seeks a qualified contractor to provide manufacturer-trained certified technicians for onsite services in Pearl Harbor, Hawaii. The contract is a Firm Fixed-Price arrangement. Quotes are due by February 27, 2026, at 11:00 a.m. HST.
Scope of Work
The contractor will provide annual preventive maintenance, repair, calibration, and remedial services to ensure 10 specific OKUMA machines (three Vertical Machining Centers, two Thread Rollers, and five Turning Centers) are fully operational. Services include inspection reports, provision of new OEM-specified parts, and management of all labor, tools, materials, and transportation. Hazardous waste and scrap metal disposal must adhere to PHNSY & IMF guidelines. All work will be performed at Building 67, Shop 31, Pearl Harbor Naval Shipyard, Hawaii.
Contract Details
- Solicitation Number: N32253-26-Q-0011
- Contract Type: Firm Fixed-Price
- Set-Aside: Unrestricted
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), size standard $12.5 million.
- Product Service Code: J049 (Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment).
- Period of Performance: Base year from March 20, 2026, to March 19, 2027, with four additional option years extending through March 19, 2031.
- Funding: Contingent upon availability of appropriated funds.
Submission & Evaluation
Offerors must submit a detailed technical proposal (not exceeding 8 pages) demonstrating knowledge of the PWS, a completed SF 1449, and itemized price quotes for CLINs 0001, 1001, 2001, 3001, and 4001. Quotes must include an itemized breakdown by labor, travel, and materials. Evaluation will be based on Technical Capability (Acceptable) and Price, with the Lowest Priced Technically Acceptable offeror being selected. A valid CMMC Level 1 self-certification is required at the time of offer submission and for the contract duration. All firms must be registered in SAM by the award date.
Key Dates & Contacts
- Questions Due: February 25, 2026, at 11:00 a.m. HST.
- Quotes Due: February 27, 2026, at 11:00 a.m. HST.
- Submission: Via email to Colby Teruya (colby.m.teruya.civ@us.navy.mil) and Evangeline Calaustro (evangeline.b.calaustro.civ@us.navy.mil).
- Place of Performance: Pearl Harbor, Hawaii.
Special Requirements
Technicians must be manufacturer-trained, certified, and U.S. citizens or U.S. nationals; subcontract technicians are not permitted. Contractors must adhere to strict security, safety, and environmental guidelines, including specific policies for Portable Electronic Devices (PEDs) and hazardous waste disposal. A Wage Determination applies to this Service Contract Act requirement.