Workforce Development - Technical, Engineering, Management, Programmatic, Logistics, and Education (TEMPLE)
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 and Intermediate Maintenance Facility (PHNSY&IMF) is issuing a Sources Sought Notice for market research to identify eligible contractors capable of providing Technical, Engineering, Management, Programmatic, Logistics, and Education (TEMPLE) support. This effort aims to gather information on industry capabilities for future procurement.
Scope of Work
PHNSY&IMF requires qualified personnel to support various technical and engineering disciplines. The draft Performance Work Statement (PWS) outlines requirements for:
- Code 135: Non-Destructive Testing (NDT) Division
- Code 200: Engineering and Planning Department (Material Planning)
- Code 700: Lifting and Handling Department (Crane Operations)
- Code 2300: Nuclear Planning and Engineering Department (Nuclear Propulsion Plants, Overhaul, Maintenance, Conversion, Testing, Quality Control, Radiological Engineering) The contractor will be responsible for all labor, management, supervision, quality control, safety, materials, and equipment.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS: 541330 Engineering Services (Size Standard: $25.5M)
- PSC: R425 - Support- Professional: Engineering/Technical
- Anticipated Contract Type: Single award, firm-fixed-price (as per draft PWS)
- Anticipated Duration: One-year base period with four one-year option periods (totaling five years)
- Place of Performance: Primarily Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility, JBPPH, with potential requirements at PHNSY & IMF Detachment Guam.
- Set-Aside: None specified (market research stage)
- Response Due: 07:00 HST on 27 February 2026
- Published: 24 February 2026
Special Requirements & Submission
Contractor personnel must be US citizens/nationals and possess a Secret facility security clearance. Specific technical qualifications are required for each supported code/division. Submissions should include:
- Organization name, address, email, website, phone, size/type of ownership, CAGE code, SAM.gov unique entity ID.
- A tailored capability statement addressing the effort's particulars, with documentation supporting claims of organizational and staff capability. Responses will be evaluated for technical merit and capability. This is not a request for proposals, and the government assumes no financial responsibility for submission costs.
Contact Information
All questions and responses must be emailed to the primary point of contact: Reid Saito (reid.y.saito.civ@us.navy.mil).