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 soliciting quotes for a Firm Fixed Price contract to dismantle and remove two (2) Monarch milling machines from Building 67 at Joint Base Pearl Harbor Hickam, Hawaii. This is a Total Small Business Set-Aside. Quotes are due April 24, 2026, at 11:00 AM HST.
Scope of Work
The contractor will provide all labor, supervision, tools, design, transportation, and machinery to disassemble, remove, and palletize two Monarch milling machines. This task includes removing and disposing of scrap materials, with dismantled parts placed on pallets (max 8' x 40') in a designated laydown area, and returning the work site to a clean state. The work is required because the task exceeds the shipyard's current resource capacity.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: Tentatively May 4, 2026 – July 31, 2026
- Place of Performance: Joint Base Pearl Harbor Hickam, Hawaii (PHNSY & IMF, Building 67)
- NAICS Code: 238910 (Other Building Equipment Contractors), Size Standard: $19 million
- Product Service Code: P500 (Salvage - Demolition of Structures/Facilities)
- Set-Aside: Total Small Business
- Site Visit: April 20, 2026, at 9:00 AM HST. RSVP by April 17, 2026, 2:00 PM HST to Colby Teruya and Lyndon Paloma. Attendance is voluntary.
- Questions Due: April 22, 2026, 11:00 AM HST
- Quotes Due: April 24, 2026, 11:00 AM HST
Submission Requirements
Offerors must submit quotes via email to Colby Teruya (colby.m.teruya.civ@us.navy.mil) and Lyndon Paloma (lyndon.g.paloma.civ@us.navy.mil). Emails are limited to 35 MB; multiple emails are permitted. Submissions must include:
- Technical Quote:
- Technical Capability Statement (max 5 pages)
- Project Plan (max 5 pages)
- Environmental Protection Plan (EPP) (max 8 pages)
- Safety Plan (max 8 pages)
- Past Performance: Two (2) to three (3) recent (within 3 years) and relevant references with detailed contract information and POCs. Offers with no relevant past performance will receive a neutral assessment.
- Itemized Price Breakdown: Clearly describing response to requirements, including separate line-item pricing for labor (hours, category/rate), equipment rental, supplies, and other direct costs.
- CMMC Level 1 Certification: Required at the time of offer submission and for the contract duration. Failure to possess will result in ineligibility.
- SAM Registration: Required by award date.
Special Requirements
Contractor personnel must comply with stringent security requirements, including U.S. Citizenship for base access, background checks, DBIDS registration, and obtaining vehicle passes for Controlled Industrial Areas. An Environmental Protection Plan (EPP) and Safety Plan are mandatory, adhering to Federal, State of Hawaii, and OSHA requirements, including specific guidelines for hazardous materials and crane/MHE operations. Wage Determination No. 2015-5689, Revision No. 27 applies.
Evaluation
Award will be based on a best-value determination considering Technical Capability, Past Performance, and Price. The Government may make an award without discussions.