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 Department of the Navy's Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is soliciting proposals for preventive maintenance, repair, calibration, and remedial services for 10 OKUMA machines (3 Vertical Machining Centers, 2 Thread Rollers, and 5 Turning Centers). This UNRESTRICTED acquisition seeks manufacturer-trained certified technicians to ensure equipment remains fully operational. Quotes are due February 27, 2026, at 11:00 AM HST.
Scope of Work
The selected contractor will provide comprehensive services at PHNSY & IMF, Building 67, Shop 31, Pearl Harbor, Hawaii. Key tasks include:
- Onsite repair and annual preventive maintenance (PM) for 10 specified OKUMA machines.
- Calibration and remedial services to restore equipment to fully operational condition.
- Conducting two routine, 10-day on-site PM services per contract period.
- Providing inspection reports within one week of service completion.
- Supplying new, non-refurbished parts for PM; remedial repair parts will be issued via separate purchase orders.
- Managing hazardous waste and scrap metal disposal according to PHNSY & IMF guidelines.
- All labor, airfare, lodging, rental car, and per diem costs must be included.
Contract Details & Timeline
- 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: A base year (March 20, 2026 – March 19, 2027) with four one-year option periods, extending through March 19, 2031.
- Place of Performance: Pearl Harbor Naval Shipyard, Controlled Industrial Area (CIA), Pearl Harbor, Hawaii.
Submission & Evaluation
Offerors must submit a detailed technical proposal (not to exceed 8 pages) demonstrating thorough knowledge and approach to the Performance Work Statement (PWS). A completed SF 1449 (blocks 17a, 30a-c) and itemized CLIN quotes (0001, 1001, 2001, 3001, 4001) with a breakdown of labor, travel, and materials are required.
- Evaluation: Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror, based on technical capability and price.
- Questions Due: February 25, 2026, 11:00 AM HST.
- Quotes Due: February 27, 2026, 11:00 AM HST.
- Submission Method: Email only to both primary and secondary points of contact (max 35 MB).
Special Requirements
- Technicians must be manufacturer-trained and certified by the OEM, U.S. citizens or nationals, and not sub-contractors.
- Offerors must possess a valid CMMC Level 1 self-certification at the time of offer submission and for the contract duration.
- Strict compliance with PHNSY & IMF security requirements for unescorted entry (green badge), Portable Electronic Device (PED) policies, and environmental/safety guidelines is mandatory.
- Contractors must implement a Quality Control Plan (QCP) and report labor hours via eMCRA.