Wire EDM Annual Preventative Maintenance
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 Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is soliciting proposals for Wire EDM Annual Preventative Maintenance services. This unrestricted acquisition seeks a contractor to provide manufacturer-trained, certified technicians for preventative maintenance, repair, calibration, and remedial services on six Electrical Discharge Machines (EDMs). The contract is a Firm Fixed-Price award with a base year and four option years. Quotes are due by March 6, 2026, at 8:00 a.m. HST.
Scope of Work
The selected contractor will perform on-site annual preventative maintenance, repair, calibration, and remedial services for six FANUC EDMs at PHNSY & IMF in JBPHH, HI. Key responsibilities include:
- Performing maintenance according to OEM guidelines.
- Coordinating schedules to minimize operational impact.
- Completing services within 11 business days.
- Providing all necessary labor, tools, materials (new only), supplies, equipment, and transportation.
- Creating system backups and obtaining government approval for replacement parts.
- Submitting an inspection report within one week of service completion.
- Ensuring all personnel are U.S. citizens or U.S. nationals, OEM-trained, and certified technicians (no sub-contractors).
- Adhering to strict safety, environmental, and security regulations, including Operations Security (OPSEC) and Contractor Security Requirements for controlled areas.
Contract Details
- Solicitation Number: N32253-26-Q-0032
- Contract Type: Firm Fixed-Price
- Period of Performance: Base year (March 23, 2026 – March 22, 2027) with four additional option years, extending through March 22, 2031 (total duration not to exceed 60 months).
- Set-Aside: Unrestricted
- NAICS Code: 811210 (Size Standard: $9 Million)
- Product Service Code: J049 - Maint/Repair/Rebuild of Equipment—Maintenance and Repair Shop Equipment
- Place of Performance: Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, JBPHH, HI.
Submission & Evaluation
Offerors must submit quotes via email to the listed POCs by March 6, 2026, at 8:00 a.m. HST. The submission package must include:
- A completed SF 1449 (Blocks 17a and 30 a-c).
- CLIN quotes for 0001, 1001, 2001, 3001, 4001.
- A detailed written technical proposal (not to exceed 8 pages) demonstrating knowledge and approach to the PWS and solicitation requirements.
- An itemized price breakdown.
- Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self-Assessment) is required at the time of award and throughout contract performance. Offerors without valid certification will be ineligible.
- Award will be made to the lowest priced technically acceptable offeror. Technical capability will be evaluated first; unacceptable technical proposals will not proceed to price evaluation.
- All firms must be registered in SAM.gov by the award date.
Key Attachments & Requirements
- Wage Determination: Bidders must review for minimum wage rates and fringe benefits under the Service Contract Act.
- OPSEC & Security Requirements: Strict adherence to protocols for protecting Critical Information (CI) and Controlled Unclassified Information (CUI), and access control for restricted areas.
- Environmental & Safety: Compliance with detailed environmental protection guidelines and submission of safety and mishap information.
- Questions Due: February 27, 2026, at 8:00 a.m. HST, via email to POCs.