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
Original Source
Timeline
1
Posted
Mar 2, 2026
2
Last Updated
Apr 23, 2026
3
Submission Deadline
May 1, 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 Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is soliciting proposals for preventive maintenance, calibration, and repair services for one Studer S41 CNC grinding machine. This is an unrestricted Firm Fixed-Price (FFP) contract with a base year and four option years. Quotes are due March 10, 2026, at 11:00 AM HST.
Scope of Work
- Provide a Manufacturer Trained and Certified Technician to repair the Studer S41 CNC grinding machine to fully operational condition.
- Perform annual preventive maintenance, calibration, and remedial service, including an inspection report.
- All work must comply with Original Equipment Manufacturer (OEM) technical specifications.
- Includes software upgrades, system backups, and proper disposal of replacement parts.
- Contractor personnel must be U.S. citizens or U.S. nationals and OEM trained and certified (not sub-contractors).
- Adherence to PHNSY & IMF security requirements (e.g., Green Badge for unescorted entry), Operations Security (OPSEC), safety, and environmental guidelines is mandatory.
Contract Details
- Solicitation Number: N32253-26-Q-0031
- Type: Firm Fixed-Price (FFP)
- NAICS: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (Size Standard: $12.5M)
- PSC: J049 – Maintenance, Repair and Rebuilding of Equipment: Maintenance and Repair Shop Equipment
- Set-Aside: Unrestricted
- Period of Performance: Base year (March 23, 2026 – March 22, 2027) plus four option years, extending through March 22, 2031.
- Place of Performance: Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), JBPHH, HI.
Submission & Evaluation
- Quotes Due: March 10, 2026, at 11:00 AM HST.
- Submission Method: Via email to both primary and secondary points of contact.
- Technical Proposal: A detailed written technical proposal (not to exceed 8 pages) is required, demonstrating thorough knowledge, understanding, and approach to the Performance Work Statement (PWS) and solicitation requirements.
- Price Proposal: Must include a completed SF 1449 and an itemized price breakdown using the provided "Price-Cost Breakdown Table 26Q0031.docx" or similar. Labor, travel, and materials must be itemized.
- Evaluation: Lowest Price Technically Acceptable (LPTA) source selection process.
- Mandatory Requirements: Offerors must be registered with SAM.gov by the award date and possess a valid CMMC Level 1 (Self-Assessment) certification at the time of offer submission and for the duration of the contract. Compliance with Service Contract Act wage determinations is also required.
Points of Contact
- Primary: Kelliann Shimote (kelliann.a.shimote.civ@us.navy.mil)
- Secondary: Lyndon Paloma (lyndon.g.paloma.civ@us.navy.mil)
- All questions must be submitted in writing via email to the listed POCs.
People
Points of Contact
Kelliann ShimotePRIMARY
Lyndon PalomaSECONDARY