Dismantle and Remove Milling Machine
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 seeking proposals for a Firm Fixed Price contract to dismantle and remove two Monarch milling machines from Building 67 at Joint Base Pearl Harbor Hickam, Hawaii. This Total Small Business Set-Aside opportunity requires specialized services to relocate industrial equipment. Quotes are due by April 29, 2026, at 11:00 AM HST.
Scope of Work
The contractor will provide all necessary labor, supervision, tools, design, transportation, and machinery to disassemble, remove, package, and relocate two specific Monarch milling machines (VMC 75B UN14 and VMC 175B). The scope includes off-site disposal of scrap materials and returning the work site to a clean and orderly state. Key deliverables include a Project Manager, Safety Plan, Environmental Protection Plan (EPP), Quality Control Plan (QCP), and a Contractor Crane Entry Package. Personnel must meet stringent security requirements, including U.S. Citizenship, background checks, and obtaining necessary base access credentials.
Contract Details
- Solicitation Number: N32253-26-Q-0035
- Type: Firm Fixed Price Request for Quote (RFQ)
- Set-Aside: Total Small Business Set-Aside
- NAICS: 238910 (Other Building Equipment Contractors), size standard $19 million
- PSC: P500 (Demolition Of Structures Or Facilities (Other Than Buildings))
- Period of Performance: Tentative May 4, 2026 – July 31, 2026
- Place of Performance: Joint Base Pearl Harbor Hickam, Hawaii (PHNSY & IMF, Building 67)
- CMMC Requirement: Offerors must possess CMMC Level 1 self-certification at the time of offer submission and for the duration of the contract.
Submission & Evaluation
Quotes are due by April 29, 2026, at 11:00 AM HST. Submissions must include:
- A Technical Capability Statement (max 5 pages)
- A Project Plan (max 5 pages)
- An Environmental Protection Plan (EPP) (max 8 pages)
- A Safety Plan (max 8 pages)
- An itemized price breakdown
- Two to three recent (within 3 years) and relevant past performance references. Offers must be emailed to colby.m.teruya.civ@us.navy.mil and lyndon.g.paloma.civ@us.navy.mil, with a 35 MB size limit per email. Evaluation will be based on a best-value determination considering Technical Capability, Past Performance, and Price.
Additional Notes
A site visit was conducted on April 20, 2026. Questions were due by April 22, 2026. The latest PWS (Rev1) and Q&A document provide further clarifications on machine specifications, site conditions, and logistical requirements.