Dismantle Wall and Jib Cranes
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), a component of the Department of the Navy, is soliciting proposals for the dismantling and removal of seven cranes at Joint Base Pearl Harbor Hickam (JBPHH), Hawaii. This Total Small Business Set-Aside opportunity requires contractors to remove four (4) 5-ton wall cranes and three (3) jib cranes from Building 155, palletize them, and arrange for off-site disposal as scrap. Proposals are due January 30, 2026.
Scope of Work
The contractor will be responsible for all labor, supervision, tools, design, transportation, and machinery necessary to safely dismantle and remove the specified cranes. This includes palletizing the dismantled components for transportation, as disposal of scrap materials within PHNSY & IMF is prohibited. The work site must be returned to a clean and orderly state. The government will assist with moving wall-mounted cranes and providing Lockout/Tagout (LOTO) for de-energizing. Hazardous material abatement disposal is the contractor's responsibility.
Key Requirements & Compliance
Offerors must submit a Project Manager, Removal Plan, Environmental Protection Plan (EPP), and Safety Plan. Compliance with PHNSY crane requirements, including the newly added "C410 Contractor Crane Requirement - 20 Jan 2026," is mandatory, as all lifting and lowering operations are considered critical lifts. Contractor personnel must be U.S. Citizens, pass background checks, register with DBIDS, and obtain unescorted entry and green badges for the Controlled Industrial Area (CIA). The solicitation incorporates DFARS 252.204-7021 and 252.204-7025, requiring compliance with Cybersecurity Maturity Model Certification (CMMC) Level Requirements. Wage Determination 2015-5689 applies. An OPSEC Plan is not required.
Contract Details & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: February 9, 2026, to August 7, 2026
- Set-Aside: Total Small Business
- NAICS: 238290 (Other Building Equipment Contractors), Size Standard: $22M
- PSC: P500 (Demolition Of Structures Or Facilities (Other Than Buildings))
- Proposal Due Date: January 30, 2026, at 12:00 PM HST
- Evaluation: Lowest Price Technically Acceptable (LPTA), based on a detailed technical proposal (max 10 pages) and an itemized price breakdown. Funds are not presently available and are contingent upon appropriation.
Additional Information
A site visit was held on January 8, 2026, and questions were due by January 9, 2026. Responses to vendor questions are available in the "Wall_Jib_Cranes_Dismantle-Vendor_QA" document, clarifying details such as the prohibition of government crane use and work hour flexibility.
Contacts
Primary: Kelliann Shimote (kelliann.a.shimote.civ@us.navy.mil) Secondary: Lyndon Paloma (lyndon.g.paloma.civ@us.navy.mil)