Dry Dock Suction Chamber Cleaning
ID: N32253-25-Q-1001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking a contractor to perform Dry Dock Suction Chamber Cleaning, which involves the removal and proper disposal of approximately 1,500 cubic feet of sediment from the Dry Dock No. 1 suction chamber. The contractor must provide all necessary labor, equipment, and materials while adhering to safety and environmental regulations, including the development of an Environmental Protection Plan and compliance with local, state, and federal laws. This procurement is critical for maintaining operational efficiency and environmental standards within the Navy's maintenance facility, with a tentative performance period from June 30, 2025, to April 30, 2026. Quotes are due by June 6, 2025, at 07:00 a.m. HST, and interested parties should contact Reid Saito or Evangeline Calaustro via email for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a contract regarding the cleaning and proper disposal of sediment from the Dry Dock No. 1 suction chamber at the Pearl Harbor Naval Shipyard. The contractor is required to provide all necessary labor, equipment, and materials to remove approximately 1,500 cubic feet of sediment, adhering to safety and environmental regulations. Key performance requirements include obtaining necessary permits, developing an Environmental Protection Plan, and ensuring waste disposal aligns with local, state, and federal laws. The contractor must have prior relevant experience and comply with all applicable security measures and safety guidelines, including providing U.S. citizenship documentation for personnel access. The contract will operate within a specified period from June 2025 to April 2026, and the project emphasizes significance to environmental standards and operational efficiency within the Navy’s maintenance facility. The document serves as an essential resource for potential contractors, highlighting the Navy's commitment to sustainability and regulatory compliance while engaging in necessary maintenance work.
    The document outlines the safety and health practices for contractors working at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF). Its primary purpose is to ensure the protection of all personnel, including military and civilian workers, during industrial repair, maintenance, or refit activities that involve unique hazards. It emphasizes compliance with federal OSHA standards, including those specific to shipyard employment and various Navy safety regulations. Key elements include contractor responsibilities to submit a safety and accident prevention plan, maintain work areas, report incidents, and ensure appropriate training and protective measures. The plan must address potential hazards such as asbestos, silica, lead, and confined spaces, along with strict fire safety protocols. Contractors must also maintain cleanliness, avoid modifying safety equipment, coordinate emergency responses, and follow established procedures for handling hazardous materials. This initiative aligns with the Navy's broader goals of enhancing workplace safety, emphasizing a collaborative approach between contractors and PHNSY & IMF to maintain compliant and safe work environments throughout project availabilities.
    The Environmental Protection Guidelines for Contractors at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility detail the necessary environmental compliance for contractors involved in facilities projects. These guidelines mandate adherence to all federal, state, and local environmental regulations, underscoring the Navy's commitment to environmental stewardship. Contractors must appoint an Environmental Manager (EM) responsible for managing compliance, ensuring adequate training, and maintaining comprehensive environmental documents. Significant topics include waste management, spill prevention reporting, and specific requirements for construction activities, including demarcation of work areas and the handling of hazardous materials and waste. Contractors are required to implement Best Management Practices (BMPs), comply with Dry Dock Pollution Control Plans, and maintain strict documentation for inspections and waste disposal. These guidelines serve as a framework for enhancing environmental protection and ensuring safety during construction, highlighting the Navy's obligation to prevent environmental damage while fulfilling operational requirements. The document reflects best practices in federal contracting and emphasizes the importance of environmental compliance in all facets of marine operations.
    NAVFAC P-307 outlines the program management, maintenance, inspection, testing, and certification protocols for weight handling equipment (WHE) within the Navy's operable range, which includes shore activities, amphibious construction battalions, and other related units. The document serves as a comprehensive guide to ensure safety, reliability, and compliance with OSHA standards while establishing clear roles and responsibilities for personnel involved in WHE operations. It emphasizes the qualification and training of staff, mandates the establishment of a weight handling program manager for organizations operating a significant number of cranes, and details procedures for equipment assessment and operational guidelines for handling incidents. Key updates to the publication include clarified applicability to various equipment categories, revised maintenance and inspection requirements, incorporation of digital signature policies, and an emphasis on self-assessment and ongoing evaluations of weight handling programs. This document aligns with the Department of Defense's heightened security measures and ensures comprehensive oversight for both Navy-owned equipment and that operated by other military services. Ultimately, NAVFAC P-307 addresses the critical need for adhering to defined safety protocols, enhancing operational efficiency, and maintaining equipment during peace and wartime activities.
    The document outlines the Contractor Security Requirements for access to sensitive areas at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), effective May 2024. It mandates that only U.S. citizens can perform contracted work in these areas, which include Controlled Industrial Areas (CIA) and sensitive zones such as Nuclear Work Areas. Access requires valid security badges contingent upon the contractor's need for classified information. Specific procedures for entry requests, vehicle access, and security training are detailed, emphasizing the importance of compliance to safeguard sensitive information. Contractors must coordinate with the PHNSY&IMF Sponsor for all access needs, and violations of security measures may lead to serious consequences, including career-damaging repercussions. The document further explains rules for managing personal and authorized electronic devices, ensuring the safety of all operations. Overall, it reinforces a rigorous protocol to maintain security and operational integrity at PHNSY&IMF, reflecting the high security standards necessary for military and national defense environments.
    The document outlines the Operations Security (OPSEC) contract requirements for the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). OPSEC is crucial for safeguarding sensitive information, referred to as Critical Information (CI), from adversaries. Contractors must develop and submit an OPSEC Plan to monitor activities related to the contract. Responsibility lies with both contractors and subcontractors to prevent any unauthorized disclosure of sensitive information. The document emphasizes the prohibition of publicizing U.S. Government CI, including through personal email and social media. Contractors are obligated to protect Controlled Unclassified Information (CUI) and report any incidents of unauthorized access or attempts to compromise such information. Specific policies for personal electronic devices (PEDs) are detailed, requiring contractors to coordinate usage in accordance with shipyard security guidelines. The document provides examples of critical information and countermeasures to mitigate risks such as not sharing sensitive operational details, restricting photography of shipyard areas, and ensuring the secure disposal of sensitive materials. Overall, the OPSEC requirements underscore the importance of protecting classified and unclassified information throughout the duration of the contract, reflecting a commitment to national security and safeguarding operational integrity.
    The document N32253-25-Q-1001 pertains to a federal solicitation, specifically addressing a question regarding potential site visits. It clearly states that no site visit will be conducted for this solicitation. The concise nature of the interaction exemplifies typical responses found within federal Requests for Proposals (RFPs), where clarity and straightforward answers are essential for bidders. The absence of a site visit indicates that potential vendors must rely on available documentation and information without the opportunity for in-person assessment. Overall, this document reinforces the structure and procedural norms associated with government contracting processes.
    The document is a wage determination by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage requirements for federal contracts. It specifies Wage Determination No. 2015-5689, Revision No. 24, with the last revision date being December 23, 2024. Contracts initiated or extended after January 30, 2022, must ensure workers are compensated at least $17.75 per hour as outlined by Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, and not extended thereafter, the minimum wage is set at $13.30 under Executive Order 13658. These rates are subject to annual adjustments. Additionally, specific wage rates for occupations like stevedores and longshoremen can be referenced in a separate wage determination. The document provides crucial information for compliance with federal contracting regulations and worker protections under the Executive Orders, applicable in territories such as American Samoa and Hawaii. It also underscores the importance of adhering to labor standards in government contracts to protect worker rights and ensure fair compensation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    USNS HENRY J. KAISER FY 27 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors to prepare for and accomplish the Regular Overhaul and Dry Docking of the USNS HENRY J. KAISER (T-AO 187) as outlined in the forthcoming solicitation. This contract will involve comprehensive ship repair services, with the anticipated performance period set from December 15, 2026, to April 13, 2027, at the contractor's facility on the West Coast. The opportunity is significant as it pertains to the maintenance and operational readiness of a key naval vessel, ensuring continued support for maritime operations. Interested parties are encouraged to submit capability statements or proposals, and should contact Bryan Makuch at bryan.makuch@navy.mil or 564-226-1259 for further information. The solicitation is expected to be released around January 16, 2026, and access to technical data will require signing a Non-Disclosure Agreement as detailed in the attached documentation.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.