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
Original Source
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
Colby TeruyaPRIMARY
Evangeline CalaustroSECONDARY