Studer Grinder PM and Repair
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's Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is soliciting proposals for Studer S41 CNC Grinding Machine Preventive Maintenance and Repair Services. This requirement ensures the operational readiness of critical industrial equipment at JBPHH, HI. Quotes are due by January 23, 2026, at 12:00 PM HST.
Scope of Work
The contractor shall provide a Manufacturer Trained and Certified Technician (U.S. citizen only) to perform annual preventive maintenance (PM), calibration, and remedial repair services for one (1) Studer S41 CNC grinding machine. Services include inspection, repair, calibration traceable to NIST, software upgrades, and provision of OEM-approved parts. All labor, tools, materials, supplies, transportation, and travel costs must be included. The contractor is responsible for transferring replacement parts, hazardous waste, and scrap metals to PHNSY & IMF for disposal.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: A base year (January 23, 2026 - January 22, 2027) with four (4) one-year option periods.
- Set-Aside: Unrestricted
- NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- CMMC Requirement: Offerors must comply with CMMC Level 2 (Self).
- Funding: Award is contingent upon the availability of appropriated funds.
Submission & Evaluation
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must submit a detailed written technical proposal (not to exceed 10 pages) demonstrating thorough knowledge and understanding of the Performance Work Statement (PWS) requirements. Quotes must include a completed SF 1449 and all required FAR/DFARS provisions. Quotes are to be emailed to both primary and secondary points of contact.
Special Requirements
Contractor personnel must be U.S. citizens and comply with stringent PHNSY & IMF security, OPSEC, environmental, and safety protocols, including obtaining necessary access badges and adhering to restrictions on Portable Electronic Devices (PEDs) and photography. An Environmental Manager with 5 years of experience is required, and an environmental protection plan must be submitted.