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, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is issuing a Request for Quote (RFQ) for a Firm Fixed Price contract. The objective is to dismantle, remove, package, and relocate two (2) Monarch milling machines from Building 67 at Joint Base Pearl Harbor Hickam, Hawai'i. This opportunity is a Total Small Business Set-Aside. Quotes are due by April 24, 2026, at 11:00 AM HST.
Scope of Work
The contractor will provide all necessary labor, supervision, tools, design, transportation, and machinery to safely disassemble, remove, and palletize the two Monarch milling machines. A qualified Project Manager is required to oversee planning and execution. Key deliverables include developing and presenting an Environmental Protection Plan (EPP) and a Safety Plan, adhering to Federal, State of Hawaii, and OSHA requirements. The contractor is responsible for the removal and disposal of scrap materials, ensuring they are palletized (not exceeding 8' x 40') in designated laydown areas, and maintaining a clean work site. Specific compliance is required for crane safety, environmental protection, and security protocols within PHNSY&IMF facilities.
Contract & Timeline
- Contract Type: Firm Fixed Price (RFQ)
- Solicitation Number: N32253-26-Q-0035
- Period of Performance: May 4, 2026 – July 31, 2026
- Place of Performance: Joint Base Pearl Harbor Hickam, Hawai'i (PHNSY & IMF, Building 67)
- NAICS Code: 238910 (Other Building Equipment Contractors)
- Size Standard: $19 million
- Product Service Code: P500 (Salvage - Demolition of Structures/Facilities (Other Than Buildings))
- Set-Aside: Total Small Business
- Published Date: February 19, 2026
Submission & Evaluation
- Quote Due Date: April 24, 2026, 11:00 AM HST
- Submission Method: Email to colby.m.teruya.civ@us.navy.mil and lyndon.g.paloma.civ@us.navy.mil (max 35 MB).
- Required Submittals:
- Technical Capability Statement (max 5 pages)
- Project Plan (max 5 pages)
- Environmental Protection Plan (max 8 pages)
- Safety Plan (max 8 pages)
- Itemized Price Breakdown
- Evaluation Criteria: Best-value determination based on Technical Capability, Past Performance, and Price. Award may be made without discussions.
- Eligibility: Offerors must be registered in SAM and possess a CMMC Level 1 self-certification at the time of offer and for the contract duration. U.S. Citizenship is required for base access.
Key Dates & Actions
- Site Visit: April 20, 2026, 9:00 AM HST. RSVP to colby.m.teruya.civ@us.navy.mil and lyndon.g.paloma.civ@us.navy.mil by April 17, 2026, 2:00 PM HST.
- Questions Due: April 22, 2026, 11:00 AM HST.
- Quotes Due: April 24, 2026, 11:00 AM HST.
Additional Notes
Funds are not presently available for this contract; obligation is contingent upon the availability of appropriated funds. Offerors are responsible for monitoring SAM.gov for any potential amendments. Compliance with specific safety, environmental, security, and crane operation requirements, as detailed in the appendices, is mandatory. The U.S. Department of Labor Wage Determination (No. 2015-5689, Revision No. 27) applies to this contract.