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 Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the dismantling and removal of two Monarch milling machines from Building 67 at Joint Base Pearl Harbor Hickam, Hawaii. This is a Total Small Business Set-Aside opportunity. 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, package, and relocate two Monarch milling machines. This task includes palletizing dismantled parts for staging in a designated laydown area and ensuring the work site is returned to a clean and orderly state. The work must adhere to Federal, State of Hawaii, and OSHA requirements, as well as specific PHNSY & IMF safety, environmental, and security protocols detailed in the Performance Work Statement (PWS) and its appendices.
Contract Details
- Contract Type: Firm Fixed Price Request for Quote (RFQ)
- Period of Performance: 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) with a $19 million size standard
- Product Service Code (PSC): P500 (Demolition Of Structures Or Facilities (Other Than Buildings))
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
Submission Requirements
Offerors must submit a comprehensive quote via email, adhering to a 35 MB per email limit. Required components include:
- Technical Capability Statement: Maximum 5 pages, demonstrating knowledge and experience.
- Project Plan: Maximum 5 pages, outlining work sequence, duration, staffing, and equipment.
- Environmental Protection Plan (EPP): Maximum 8 pages, addressing hazardous materials and mitigation.
- Safety Plan: Maximum 8 pages, covering all safety aspects.
- Itemized Price Breakdown: Detailed line-item pricing for labor, equipment rental, supplies, and other direct costs.
- Past Performance References: 2-3 recent (within 3 years) and relevant references with full contact and contract details. Offers with no relevant past performance will receive a neutral assessment.
- CMMC Level 1 Certification: Required at the time of offer submission and for the contract duration. Government verification will occur.
Evaluation & Key Dates
Award will be based on a best-value determination considering Technical Capability, Past Performance, and Price. The Government may make an award without discussions.
- Voluntary Site Visit: April 20, 2026, at 9:00 AM HST. RSVP by April 17, 2026, 2:00 PM HST.
- Questions Due: April 22, 2026, at 11:00 AM HST.
- Quotes Due: April 24, 2026, at 11:00 AM HST.
Contact Information
Submit quotes and questions to Colby Teruya (colby.m.teruya.civ@us.navy.mil) and Lyndon Paloma (lyndon.g.paloma.civ@us.navy.mil).