Solicitation & Site Visit - Dismantle/Remove - 2 Hanel Rotomat Vertical Carousels
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 Norfolk Naval Shipyard (NNSY) GF, has issued a Solicitation for the dismantling, removal, and disposal of two (2) Hanel Rotomat Vertical Carousels (model 7-600) at NNSY in Portsmouth, VA. This is a Total Small Business Set-Aside. Offers are due by April 28, 2026, at 11:00 AM EDT.
Scope of Work
The awarded contractor will be responsible for providing all necessary labor, supervision, materials, tools, and equipment to safely disassemble, remove, and dispose of two 11-foot Hanel Rotomat Vertical Carousels. This includes all metal, plastic, and electrical components, in accordance with applicable laws and regulations. The contractor must thoroughly clean the work area upon completion and develop a detailed work plan, including a safety plan, adhering to OSHA and NFPA standards. Technical manuals, schematics, or blueprints for the carousels should be referenced.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: Estimated May 14, 2026 - June 30, 2026, with work not exceeding 7 days.
- Place of Performance: Norfolk Naval Shipyard, Building 74 Warrington Ave, Portsmouth, VA 23709.
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- Product Service Code: P100 - Preparation And Disposal Of Excess And Surplus Property
Submission Requirements
Offers must be submitted via email as a single Adobe Acrobat .pdf attachment to Audrey Franklin (audrey.m.franklin2.civ@us.navy.mil) and Jewel Anderson (jewel.t.anderson.civ@us.navy.mil) by 11:00 AM EDT on Tuesday, April 28, 2026. The offer shall consist of:
- A completed and signed standard form SF1449 with unit prices.
- Executed copies of any amendments (if applicable).
- OPSEC Plan (fill out pages 1, 2, and sign page 5).
- Technical Capability Information (2 copies, 1 redacted).
- Price.
Evaluation Criteria
Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price and other factors. Evaluation will focus on Technical Capability (rated Acceptable or Unacceptable) and Price (evaluated for reasonableness, fairness, and reflection of understanding).
Key Dates & Information
- Questions Due: Thursday, April 23, 2026, to Audrey Franklin.
- Site Visit: Scheduled for Tuesday, April 21, 2026. Offerors must confirm attendance by April 14, 2026.
- Security Requirements: Personnel requiring access to NNSY facilities must comply with Defense Biometric Identification System (DBIDS) and NAVSEA Badging requirements. Identification requirements (REAL ID, Passport, Birth Certificate, SSN) are detailed in the "NNSY ID REQUIREMENT.docx" document.
- Operations Security (OPSEC): Contractors must adhere to NNSY's OPSEC requirements, including protecting Critical Information (CI) and following the Portable Electronic Devices (PEDs) policy. A signed OPSEC plan is required.
- Wage Determination: Service Contract Act Wage Determination 2015-4341, Revision 32, applies for labor costs.
- Contacts: Audrey Franklin (Contract Specialist) and Jewel Anderson (Procuring Contracting Officer).