Studer Grinder Preventive Maintenance and Repair

SOL #: N32253-26-Q-0031Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PEARL HARBOR NAVAL SHIPYARD IMF
PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

JBPHH, HI

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment (J049)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Mar 10, 2026, 9:00 PM

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 Studer Grinder Preventive Maintenance and Repair services. This unrestricted solicitation (N32253-26-Q-0031) seeks a contractor to provide annual preventive maintenance, calibration, and remedial repair for one Studer S41 CNC grinding machine. Quotes are due by Tuesday, March 10, 2026, at 11:00 AM HST.

Opportunity Overview

PHNSY & IMF, a US Navy regional industrial center in Oahu, Hawaii, requires a Manufacturer Trained and Certified Technician to ensure the full operational condition of a Studer S41 CNC grinding machine. The service includes annual preventive maintenance, calibration, and remedial repairs as needed, along with an inspection report. The tentative period of performance is from March 23, 2026, to March 22, 2031, comprising a base year and four option years.

Scope of Work

The contractor shall:

  • Provide onsite annual preventive maintenance (PM) and calibration services for one (1) Studer S41 CNC grinding machine.
  • Perform remedial repair services if required, with prior Contracting Officer approval.
  • Utilize manufacturer-trained and certified technicians, adhering to Original Equipment Manufacturer (OEM) technical specifications.
  • Provide software upgrades and complete system backups before and after configuration changes.
  • Manage disposal of replacement parts and materials, or transfer hazardous waste/scrap metals to PHNSY & IMF.
  • Ensure all work is completed within the period of performance, with PM visits scheduled to avoid disruption.
  • Submit PM Inspection and Remedial Repair reports within five business days of service completion.
  • Provide NIST-traceable calibration data (before and after).

Contract Details

  • Contract Type: Firm Fixed Price for all line items.
  • Set-Aside: Unrestricted.
  • NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (Size Standard: $12.5M).
  • Product Service Code: J049 – Maintenance, Repair and Rebuilding of Equipment: Maintenance and Repair Shop Equipment.
  • Period of Performance: Base year (March 23, 2026 – March 22, 2027) plus four option years, extending through March 22, 2031.
  • CMMC Requirement: Offerors must possess a valid CMMC Level 1 (Self-Assessment) certification at the time of offer submission and for the duration of the contract.

Submission Requirements

  • Technical Proposal: A detailed written technical proposal (not to exceed 8 pages) demonstrating thorough knowledge, understanding, and approach to the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible.
  • Price Quote: An itemized price breakdown, including labor, travel, and materials. Travel expenses must comply with FAR 31.205-46 and Joint Travel Regulations (JTR).
  • Forms: Completed SF 1449 (blocks 17a, 30a-30c, and CLIN information) and completion of FAR and DFARS provisions.
  • Submission Method: Quotes must be sent via email to both the primary and secondary points of contact. Email size limit is 35 MB; multiple emails may be used.
  • Deadline: Tuesday, March 10, 2026, at 11:00 AM HST.
  • Registration: All firms must be registered with SAM.gov by the award date.

Evaluation Criteria

Award will be made based on a Lowest Price Technically Acceptable (LPTA) source selection process.

Special Requirements & Compliance

  • Personnel: Contractor personnel must be U.S. citizens or U.S. nationals and clearly identify themselves as contractors. Technicians must be OEM trained and certified, not sub-contractors.
  • Security: Adherence to PHNSY & IMF security requirements (Appendix III) for physical access, including obtaining Shipyard Access Control Badges (SACBs) and submitting Contractor Visit Requests (VRs). Strict policies on Portable Electronic Devices (PEDs) apply.
  • Environmental: Compliance with environmental protection guidelines (Appendix II), including maintaining an Environmental Records Binder, ECATTS training, and submitting an Environmental Protection Plan.
  • Safety: Adherence to safety and health work practices (Appendix I), including providing contractor safety and mishap information.
  • Operations Security (OPSEC): Contractors must adhere to basic OPSEC requirements (Appendix IV), avoiding inadvertent disclosure of critical information.
  • Wage Determination: Bidders must factor in minimum wage rates and fringe benefits as per the U.S. Department of Labor Wage Determination for Hawaii (Service Contract Act).

Points of Contact

All questions regarding solicitation N32253-26-Q-0031 shall be submitted in writing via email to the listed POCs:

People

Points of Contact

Kelliann ShimotePRIMARY
Lyndon PalomaSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Mar 3, 2026
View
Version 1Viewing
Solicitation
Posted: Mar 2, 2026
Studer Grinder Preventive Maintenance and Repair | GovScope