Studer Grinder Preventive Maintenance 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, Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for Studer Grinder Preventive Maintenance and Repair services. This opportunity requires a manufacturer-trained and certified technician to repair one Studer S41 CNC grinding machine and provide annual preventive maintenance, calibration, and remedial services. This is an Unrestricted acquisition. Proposals are due May 01, 2026, at 11:00 AM HST.
Scope of Work
The contractor shall provide onsite annual preventive maintenance and calibration services for one (1) Studer S41 CNC grinding machine. This includes ensuring the machine is fully operational, performing remedial repairs as needed with prior approval, and providing software upgrades. All work must comply with Original Equipment Manufacturer (OEM) technical specifications and NIST traceable calibration standards. Technicians must be OEM trained and certified, and U.S. citizens or nationals.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: The base period is from May 14, 2026, to May 13, 2027, with potential for four (4) option years extending through March 22, 2031.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance)
- Size Standard: $50 million
- Set-Aside: Unrestricted
- Product Service Code: J049 (Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment)
Submission Requirements
Offerors must submit proposals via email to both primary and secondary points of contact. Each email is limited to 35 MB. Required submissions include:
- A detailed written technical proposal (not to exceed 8 pages) demonstrating knowledge of the PWS and approach.
- An itemized price breakdown (not to exceed 3 pages), preferably using the provided "Price-Cost Breakdown Table" or similar, detailing labor, materials, travel, and other direct costs.
- Completed SF 1449 (blocks 17a, 30a-30c) and all required FAR and DFARS provisions.
- Proof of CMMC Level 1 (Self-Assessment) certification at the time of offer submission and for the contract duration.
Evaluation Criteria
Award will be made using a Lowest Price Technically Acceptable (LPTA) approach. The evaluation will be sequential: first, the lowest-priced quote will be identified, then its technical capability will be evaluated on a Pass/Fail basis against PWS requirements (paragraphs 3, 6, and 7). Award may be made without discussions.
Special Requirements
Contractor personnel must meet PHNSY & IMF security requirements for unescorted entry (Green Badge), adhere to strict Portable Electronic Device (PED) policies, and comply with all safety, health, and environmental protection guidelines. The Service Contract Act Wage Determination for Hawaii applies.
Key Dates & Contacts
- Proposal Due Date: May 01, 2026, at 11:00 AM HST
- Primary Point of Contact: Kelliann Shimote (kelliann.a.shimote.civ@us.navy.mil)
- Secondary Point of Contact: Lyndon Paloma (lyndon.g.paloma.civ@us.navy.mil)