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 Department of the Navy's Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is conducting market research through a Sources Sought Notice to identify qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), Women-Owned Small Businesses (WOSBs/EDWOSBs), and other Small Business vendors. The purpose is to find firms capable of providing on-site dismantling, removal, and palletizing services for two Monarch milling machines at the shipyard in JBPHH, HI. Responses are due by February 17, 2026.
Purpose
This is a Sources Sought Notice for information and market research only, not a request for proposals or an invitation to bid. The government seeks to determine the availability of businesses through full and open competition to perform the required services and to inform potential set-aside decisions, including the feasibility of a multi-tiered (cascading) set aside.
Scope of Work
The selected contractor will be responsible for providing all labor, supervision, tools, design, transportation, and machinery necessary to remove, dismantle, and palletize two Monarch Milling Machines from the inside machine shop at PHNSY & IMF. This task exceeds the facility's current internal capacity. Key requirements include:
- Developing and presenting an Environmental Protection Plan (EPP) addressing hazardous materials (e.g., lead, asbestos).
- Developing and presenting a Safety Plan compliant with Federal, State of Hawaii, and OSHA requirements.
- Providing all necessary material handling, lifting equipment, rigging support, and qualified operators.
- Complying with PHNSY & IMF crane safety regulations, including submitting a Contractor Crane Entry Package.
- Ensuring proper disposal of scrap materials outside PHNSY & IMF, with dismantled components placed on pallets in designated laydown areas.
- Performing thorough site cleanup.
- Operating on-site at Pearl Harbor Naval Shipyard, Monday through Friday, 6:30 a.m. to 3:00 p.m., excluding Federal Holidays.
Special Requirements & Performance Standards
Contractor personnel must comply with stringent security requirements, including background checks, DBIDS registration, obtaining unescorted entry (green badge) or escorted access, and securing a Controlled Industrial Area (CIA) vehicle pass. The contractor must also develop and maintain a Quality Control Plan (QCP) and adhere to specified safety, health, and environmental guidelines. Performance standards require 100% delivery and compliance for all plans, removal/dismantling, securing/staging, and site cleanup.
Submission Requirements
Interested vendors must submit a capability statement, not exceeding 10 pages (PDF or Word format), addressing:
- Business name, address, Unique Entity Identifier (UEI).
- Socioeconomic status (SDVOSB, VOSB, WOSB/EDWOSB, Small Business).
- Point of contact information.
- Relevant experience within the last five years.
- Technical capabilities and equipment.
- Ability to perform work in Hawaii.
- Bonding capacity (single and aggregate).
- Potential subcontracting needs.
- Feedback on the feasibility of a multi-tiered (cascading) set aside.
Key Details
- Contract Opportunity Type: Sources Sought
- NAICS Code: 238910 – Site Preparation Contractors (Size Standard: $19M)
- Product Service Code (PSC): P500 - Demolition Of Structures Or Facilities (Other Than Buildings)
- Place of Performance: Pearl Harbor Naval Shipyard, JBPHH, HI
- Response Due Date: February 17, 2026, at 11:00 AM HST
- Primary Contact: Colby Teruya (colby.m.teruya.civ@us.navy.mil)