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 Department of the Navy, specifically Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for the dismantling and disposal of four (4) Shepard Niles 5-ton wall cranes and three (3) jib cranes located inside Building 155 at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. This is a Total Small Business Set-Aside. Proposals are due January 30, 2026, at 12:00 PM HST.
Scope of Work
The contractor will be responsible for all labor, supervision, tools, design, transportation, and machinery required to remove, dismantle, and palletize the specified wall and jib cranes. Dismantled parts must be placed on pallets or dunnage outside in an approved area, as disposal of scrap materials within PHNSY & IMF is prohibited. The work site must be cleaned, and all generated debris removed. Critical lift requirements apply due to the age and lack of technical drawings for the cranes. The government will assist with moving wall-mounted cranes and Lockout/Tagout (LOTO) procedures, and will provide a location for hazardous material abatement, though the contractor is responsible for disposal. Use of government cranes is prohibited.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: February 9, 2026, to August 7, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238290 (Other Building Equipment Contractors) with a size standard of $22 million
- Product Service Code: P500 (Demolition Of Structures Or Facilities (Other Than Buildings))
- Funding: Funds are not presently available; obligation is contingent upon availability of appropriated funds.
- Cybersecurity: Offerors must possess a valid CMMC Level 1 (Self-Assessment) certification at the time of offer submission and for the duration of any resulting contract. Government will verify.
Submission & Evaluation
Award will be made to the responsible offeror whose quote is technically acceptable and offers the lowest evaluated price. Technical acceptability will be evaluated first; unacceptable offers will not have their price evaluated.
- Submission Requirements:
- Complete SF 1449 and FAR 52.212-3.
- Detailed written technical proposal (not to exceed 10 pages) demonstrating understanding of the PWS.
- Itemized price breakdown.
- Environmental Protection Plan (EPP) and Safety Plan.
- Removal Plan.
- Submission Method: Via email to both primary and secondary points of contact. Email size limit is 35 MB.
- Registration: All firms must be registered with the System for Award Management (SAM) by the award date.
Key Requirements & Notes
- Personnel: Contractor personnel must be U.S. Citizens, pass background checks, register with DBIDS, and obtain unescorted entry and green badges for PHNSY&IMF areas.
- Site Access: Coordination with PHNSY&IMF is required for base entry and Controlled Industrial Area (CIA) vehicle passes.
- Safety & Environmental: Strict compliance with PHNSY crane requirements (Appendix IV), environmental guidelines (Appendix II), and safety practices (Appendix I) is mandatory. Lifting and lowering of cranes are considered critical lifts.
- Site Visit: A site visit was held on January 8, 2026. Questions and answers have been provided in a separate PDF.