Balancing Machine Repair, Calibration & Training
ID: N32253-25-Q-0006Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Pearl Harbor Naval Shipyard Intermediate Maintenance Facility (PHNSY&IMF), is seeking qualified contractors for the repair, calibration, and training of Schenck Balancing Machines. The procurement involves annual preventive maintenance, repair services, and technical support for two specific machines over a base year with four option years, ensuring compliance with manufacturer specifications and operational readiness. This opportunity is critical for maintaining the reliability of essential equipment used in naval operations. Interested contractors should contact Reid Saito at reid.y.saito.civ@us.navy.mil or Lyndon Paloma at lyndon.g.paloma.civ@us.navy.mil for further details and to submit proposals, which will be evaluated based on technical capability and price.

    Point(s) of Contact
    Files
    Title
    Posted
    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 shielding sensitive information, defined as Critical Information (CI), from unauthorized disclosure. An OPSEC plan must be created by contractors to monitor security activities and must be submitted via secure methods. Contractors are accountable for protecting CI and avoiding inadvertent disclosures, which could result in serious penalties or contract termination. The document specifies prohibited actions, such as publicizing CI or using personal electronic devices (PEDs) without coordination. Contractors must also refrain from discussing sensitive shipyard-related information and should immediately report any security breaches. It emphasizes that both unclassified and classified information must be safeguarded, outlining examples of sensitive data and appropriate countermeasures, including secure disposal methods for documents and immediate reporting of unauthorized disclosures. This guidance is essential for maintaining security within government operations, especially in contexts involving sensitive military operations and information management.
    The document outlines safety and health practices for contractors working at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). Its primary purpose is to ensure compliance with federal OSHA standards and Navy-specific safety protocols to protect all personnel, both military and civilian, during maintenance operations aboard Navy vessels. Key sections address contractor responsibilities including the submission of a safety and accident prevention plan, adherence to specific hazardous material handling requirements (such as asbestos, lead, and silica), and the implementation of safety training and hazard prevention techniques. Central to the document is the emphasis on collaborative safety management between contractors and PHNSY&IMF. Contractors are required to maintain effective communication regarding safety practices, report injuries promptly, and follow established protocols for hazardous materials. The document also highlights the importance of oversight inspections and compliance monitoring by PHNSY&IMF to ensure ongoing adherence to safety standards. By fostering a culture of safety through management involvement, worksite analysis, and employee training, PHNSY&IMF aims to maintain a safe working environment during complex ship repair tasks.
    The "Environmental Protection Guidelines for Contractors" at Pearl Harbor Naval Shipyard (PHNSY&IMF) outlines essential protocols for contractors to ensure environmental compliance during facility projects. The document emphasizes adherence to federal, state, and local regulations, detailing responsibilities including the appointment of environmental managers (EM) with specific qualifications. It mandates comprehensive environmental protection plans, daily inspections, and proper waste management practices, particularly for hazardous materials. Contractors must be proactive in monitoring compliance and reporting spills or violations promptly. The guidelines include strict protocols for managing hazardous waste, using proper storage, and conducting routine environmental assessments. Additionally, it addresses construction practices in and around water bodies to prevent pollution and protect marine life. Overall, these guidelines reflect the Navy's commitment to environmental stewardship, ensuring that all contracted work at PHNSY&IMF is executed with minimal ecological impact, thereby aligning with federal compliance mandates and promoting sustainable practices in military operations.
    The document outlines the security requirements for contractors accessing sensitive areas at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), specifically focusing on Controlled Industrial Areas (CIA) and Controlled Nuclear Information Areas (CNIA). All personnel performing work must be U.S. citizens or nationals, requiring specific security badges depending on their access levels: Green for unescorted CIA entry, and Yellow or Red for CNIA and Nuclear Work Areas, contingent on appropriate personnel clearances. Contractors must adhere to a structured approval process for entry, submit a Visit Request form, and ensure strict security practices are upheld, including passing background checks, completing security orientations, and wearing identification badges at all times. Vehicle access is highly regulated, requiring proper identification and permits, and all vehicles are subject to inspection. Photography and use of electronic devices are strictly controlled to prevent unauthorized data exposure. The document emphasizes the need for a detailed notification of any contracted work impact on existing protocols, ensuring the safety and security of the naval facility and compliance with federal regulations governing access and information security.
    This government document serves as an amendment to a solicitation for a federal contract, extending the offer due date for submissions to January 13, 2025. It confirms that all other terms and conditions of the contract remain unchanged despite this modification. The administrative section indicates that the changes are formalized by the contracting officer, with a specified new deadline for the submission of proposals. The document provides instructions for how contractors must acknowledge receipt of this amendment, with clear consequences for failure to comply appropriately. The effective date of this change is noted as January 6, 2025, with the solicitation originally dated December 13, 2024. The amendment facilitates ongoing engagement in the procurement process while ensuring adherence to federal regulations governing such transactions.
    The document is an amendment to a federal solicitation that modifies the due date for offer submissions. Initially set for December 13, 2024, the new deadline is now January 20, 2025. All other terms and conditions of the solicitation detailing the offer remain unchanged. The modification outlines the procedures for offer acknowledgment, emphasizing that failure to acknowledge the amendment by the specified date could lead to rejection of the offer. The document is formally issued by the Pearl Harbor Naval Shipyard, indicating it is part of a federal contract process. The changes are typical for government Request for Proposals (RFPs) as they allow for adjustments necessary to facilitate contractor participation and ensure thorough consideration of offers. This amendment illustrates the fluid nature of federal solicitation timelines, reflecting flexibility to accommodate prospective contractors while maintaining compliance with procurement regulations.
    The document outlines a Request for Proposal (RFP) for maintenance and training services for Schenck Balancing Machines at the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility. The contractor is required to perform annual preventive maintenance, repair, calibration, and provide technical support and training for two specific Balancing Machines over a base year and four option years. Key responsibilities include ensuring compliance with manufacturer specifications, providing a maintenance report, and delivering on-site training to personnel. The solicitation includes requirements for contractors, emphasizing the need for experienced technicians, adherence to scheduling, and compliance with safety regulations. The bid evaluation will focus on technical capability and price, following a Lowest Price Technically Acceptable (LPTA) approach. Contractors must submit detailed proposals demonstrating their qualifications and approach while adhering to federal acquisition regulations. Overall, this RFP serves to ensure the reliability and operational readiness of vital equipment at the facility while fostering collaboration with qualified service providers.
    The document is an amendment to a solicitation for a federal contract, specifically modifying other contract terms related to federal grants and RFPs. The primary changes include extending the solicitation offer deadline to March 19, 2025, adjusting the Period of Performance (POP) dates for all Contract Line Item Numbers (CLINs), and updating various Federal Acquisition Regulation (FAR) clauses. Key modifications also involve changing the acquisition set-aside from Small Business to an unrestricted designation and deleting the required response percentage. Moreover, the amendment updates related documents such as the Performance Work Statement (PWS) and various FAR clauses affecting the contracting process. The directive emphasizes that while several fundamental aspects of the original solicitation remain intact, these amendments are critical for aligning contractual obligations and timelines with administrative oversight and procedural compliance. This reflects the government's ongoing commitment to ensuring procurement processes meet current regulatory and operational needs, maintaining transparency and fairness in awarding contracts.
    The document outlines a Request for Proposal (RFP) from the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) seeking services for the maintenance, calibration, and repair of Schenck balancing machines. The contractor is expected to provide preventive maintenance, remedial services, technical support, and annual training for personnel. The contract will span one base year with four one-year options. The key requirements include on-site maintenance in compliance with manufacturer specifications, timely notifications for equipment restoration, detailed reporting of services rendered, and the provision of all necessary materials. The contractor must have experienced technicians, provide technical support within 24 business hours, and ensure proper disposal of hazardous materials. Evaluations will be made using a Lowest Priced, Technically Acceptable (LPTA) method, emphasizing technical capability, past performance, and pricing. The contractor must be officially registered with the System for Award Management (SAM) and comply with various safety, security, and environmental guidelines. The document serves as a comprehensive guide for potential offerors, clarifying expectations and submission requirements for fulfilling the RFP.
    The document pertains to a solicitation (N3225325Q0006) issued by the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) for the maintenance and training of Schenck Balancing Machines. It outlines the requirements for on-site preventive maintenance, calibration, remedial services, and training over a period of one base year with four optional years. The contractor must provide all necessary tools, parts, labor, and technical support while ensuring compliance with OEM specifications. The contract emphasizes the need for experienced technicians, reports on maintenance activities, and responsiveness to technical support inquiries. Proposals will be evaluated based on technical capabilities, past performance, and price, adhering to the lowest priced, technically acceptable (LPTA) evaluation method. The aim is to ensure the efficient operation of equipment critical to sustaining naval operations while promoting contractor engagement within safety and environmental guidelines at the shipyard.
    The document is a Past Performance Questionnaire associated with RFP N3225325Q0006, intended for evaluating an Offeror's past performance in government contracting. The Offeror must complete Section A, which includes providing their name, address, contract details, performance period, and a description of the work undertaken. This is then sent to an evaluator for Sections B and C, where the evaluator assesses performance using a rating scale ranging from Exceptional (E) to Unsatisfactory (U). The evaluator must provide comments for ratings regarding overall contract outcomes, schedule performance, and technical performance. Notably, all completed questionnaires are to be sent directly to government contacts, ensuring the confidentiality of sensitive evaluation information. The deadline for submission of completed assessments is January 6, 2024. This questionnaire plays a crucial role in source selection for government procurements, reflecting the importance of evaluating contractor performance in achieving compliance and quality standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    COMPETITIVE – Commercial Machine Shop Equipment Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking qualified vendors for the maintenance of commercial machine shop equipment. This procurement aims to ensure the operational readiness and reliability of essential machinery used in various defense-related manufacturing processes. The maintenance services are critical for sustaining the functionality of equipment that supports military operations and production capabilities. Interested parties should contact Colton Rollins at colton.l.rollins.civ@us.navy.mil or call 812-227-9050 for further details regarding the presolicitation notice.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, emphasizing the importance of high-quality repair services in support of the Navy's mission. Contractors must adhere to stringent safety, health, and security protocols, including compliance with OSHA standards and the submission of an Operations Security (OPSEC) plan prior to contract performance. Interested vendors should contact Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further details, with the work scheduled to commence between April 17 and April 30, 2025, and a delivery deadline of May 31, 2025.
    16--BALLSCREW ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of ball screw assemblies. This procurement aims to ensure the operational readiness and reliability of miscellaneous aircraft accessories and components, which are critical for various naval operations. Interested vendors should note that the primary contact for this opportunity is Michael J. Keith, who can be reached at (215) 697-2193 or via email at MICHAEL.J.KEITH40.CIV@US.NAVY.MIL for further inquiries. The presolicitation notice indicates that details regarding the contract timeline and funding will be provided in subsequent announcements.
    Shear Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the maintenance and repair of the AS 500-14 Shear Machine located at the Naval Construction Training Center in Gulfport, Mississippi. The contract entails critical maintenance tasks, including the replacement of cutting blades and a damaged clamp down cylinder, under a Firm Fixed Price Agreement with a service commencement timeline of 45 days post-award. This procurement is vital for ensuring the operational efficiency of military equipment, emphasizing the importance of quality and reliability in the services provided. Interested small businesses, particularly those that are veteran-owned or meet specific socio-economic classifications, should direct inquiries to Dylan Douglas at dylan.l.douglas.civ@us.navy.mil or Robert Edwards at robert.s.edwards42.civ@us.navy.mil, with past performance questionnaires due by December 12, 2024.
    Gauge Calibration
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for gauge calibration services, including the repair and replacement of various shipboard gauges, meters, thermometers, and test equipment. The primary objective of this procurement is to ensure operational readiness of the fleet by maintaining accurate monitoring of machinery performance, with services required to be performed both on-site and off-site, particularly for high-voltage systems that necessitate specific safety training. Interested businesses are invited to submit capabilities packages detailing their qualifications and relevant experience by March 7, 2025, and should direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.
    Extended Warranty & Calibration Services
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking contractors to provide Extended Warranty and Calibration Services for various equipment. This procurement aims to ensure the reliability and accuracy of instruments and laboratory equipment, which are critical for operational effectiveness within the Navy. The services will fall under the NAICS code 811310, focusing on the repair and maintenance of commercial and industrial machinery. Interested parties can reach out to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or Markelle Griffin at markelle.r.griffin.civ@us.navy.mil for further details, as this presolicitation notice is an important step in the contracting process.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
    Hull and Deck Machinery Systems Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is issuing a Request for Proposals (RFP) for a contract focused on providing engineering and technical services related to hull and deck machinery systems on U.S. Navy ships, particularly concerning launch and recovery systems. The contract will be structured as a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) arrangement, lasting up to 72 months, and will require services such as system assessments, maintenance, troubleshooting, and training, along with the provision of materials and technical support for specific equipment. This procurement is vital for enhancing naval operational capabilities by ensuring the effective maintenance and improvement of critical machinery systems. Interested parties should contact Anna Eisele at anna.e.eisele.civ@us.navy.mil or James T. O'Sullivan at james.osullivan2@navy.mil for further details.
    66--SCALE,WEIGHING, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of scales and weighing equipment, as indicated by the presolicitation notice. The procurement focuses on ensuring the operational readiness and accuracy of weighing instruments, which are critical for various military applications. Interested vendors can reach out to Andrew N. Phillips at (215) 697-5047 or via email at ANDREW.N.PHILLIPS10.CIV@US.NAVY.MIL for further details regarding the opportunity. Specific deadlines and funding amounts have not been disclosed in the provided information.
    Repair of Shaft, Submarine - Qty: 1 with option for 1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair of a submarine shaft, with a quantity of one and an option for an additional unit. This procurement aims to ensure the operational readiness and reliability of naval vessels by addressing critical maintenance needs in ship propulsion components. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil for further details. The presolicitation notice indicates that the contract will be awarded following the evaluation of proposals, although specific funding amounts and deadlines have not been disclosed.