X71 Equipment Maintenance
ID: N32253-25-Q-1038Type: 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)

Set Aside

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

    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors for the maintenance and repair of various industrial support equipment under the solicitation number N32253-25-Q-1038. The contract requires services for equipment such as industrial vacuums, dehumidifiers, air compressors, and dust collectors, with a focus on ensuring operational readiness and safety across multiple shipyard locations. This opportunity is a total small business set-aside, with a tentative performance period from September 30, 2025, to September 29, 2030, and quotes are due by August 25, 2025, at 12:00 p.m. HST. Interested parties must contact Aaron Miller or Lynn Imperial via email and ensure registration with the System for Award Management (SAM) prior to the award date.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the safety and health work practices required for contractors working at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). It emphasizes that worker safety is the Navy's top priority amid various maintenance and repair activities, which come with unique hazards. Contractors must adhere to Federal Occupational Safety and Health Administration (OSHA) standards and local safety regulations, establish a safety and accident prevention plan, and ensure compliance with hazardous material handling protocols. Key components include employee training, work site analysis, hazard prevention, and compliance with the Navy Occupational Safety and Health (NAVOSH) requirements. Specific guidelines for managing known hazardous materials, such as asbestos and lead, are also detailed. The contractor's responsibilities extend to injury reporting, maintaining cleanliness, conducting risk assessments, and ensuring a safe environment for both their employees and PHNSY&IMF personnel. Significantly, the document reflects the Navy's commitment to adhering to safety standards and effectively managing occupational health risks on-site.
    The "Environmental Protection Guidelines for Contractors on Facilities Projects at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility" outlines stringent environmental compliance protocols for contractors operating at the facility. The document emphasizes adherence to federal, state, and local regulations, including specific environmental laws such as the Clean Water Act and Resource Conservation Recovery Act. It designates points of contact for environmental matters, outlines the responsibilities of Contractor Environmental Managers, and mandates environmental training for personnel. Contractors must maintain cleanliness, manage hazardous materials carefully, and implement waste management strategies including the proper disposal of hazardous and non-hazardous waste. The guidelines also detail requirements for spill prevention, stormwater controls, and best management practices applicable during construction operations. Additionally, contractors must develop and submit an Environmental Protection Plan, monitor their activities for compliance, and report any violations promptly. These comprehensive guidelines serve to protect environmental health and safety as part of the Navy's broader mission of environmental stewardship.
    The document outlines the contractor security requirements for access to sensitive areas at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). It specifies that only U.S. citizens may work in these areas, with stringent processes for obtaining security badges (SACBs) based on the access level needed—ranging from unescorted entry to classified information. The document emphasizes the need for various security clearances, including Facility Clearance and Personnel Clearance, alongside procedures for visitor requests, vehicle access, and maintenance of security protocols. Contractors are required to follow strict guidelines for work hours, vehicle passes, and personal identification, along with reporting any lost or stolen access materials. Specific regulations regarding portable electronic devices prohibit unauthorized use within sensitive spaces, while contractor personnel must undergo an annual security orientation. The document serves as a detailed guide to ensure security integrity in handling classified and sensitive information related to naval operations. Overall, it reflects the federal government's commitment to safeguarding national security interests in sensitive military and industrial environments.
    The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility outlines the Operations Security (OPSEC) contract requirements to protect sensitive information from potential adversaries. OPSEC involves the identification and safeguarding of Critical Information (CI), which necessitates a comprehensive OPSEC Plan. Contractors are required to either create this plan or comply with basic OPSEC guidelines, depending on the nature of their work, and must submit their plan via secure channels. Effective OPSEC practices are vital, as inadvertent disclosure of CI, including Personally Identifiable Information (PII) and unclassified sensitive data, can result in severe consequences, including contract termination or legal prosecution. The guidelines restrict contractor behavior related to unauthorized information sharing, including prohibiting the transmission of CI to personal email accounts or posting on social media. Furthermore, there are specific policies on the use of personal electronic devices (PEDs) and the critical importance of reporting security breaches. Overall, these requirements reinforce the commitment to maintaining confidentiality and preventing potential security risks associated with contract activities at the shipyard.
    The Performance Work Statement outlines the requirements for maintenance and repair services of various industrial equipment at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF). The objective is to secure a contractor for a range of support equipment including vacuums, dehumidifiers, air compressors, and dust collectors, with services to be conducted at multiple shipyard locations. The contract spans one base year and four optional periods. Key tasks include conducting maintenance checks, troubleshooting upon request, and ensuring prompt response times for services. Maintenance logs must be submitted within specified timelines, and all work should be executed by certified personnel adhering to industry standards. The contractor must also maintain quality control through a detailed plan and report any necessary part replacements for approval. Security requirements mandate background checks and adherence to safety and environmental guidelines, limiting personnel access based on citizenship and security clearance. The government will not provide utilities or additional services, placing full responsibility for operational aspects on the contractor. This structured approach aligns with federal RFP processes to ensure effective and compliant service delivery for essential naval operations.
    The Women-Owned Small Business (WOSB) solicitation outlines the requirements for acquiring commercial products and services through a contract associated with the Pearl Harbor Naval Shipyard. The contract, identified by requisition number N3225325Q1038, has an awarded amount of $12,500,000 and focuses on preventive maintenance services for various industrial equipment, including LQ 500 Industrial Vacuums, Hurricane Industrial Dehumidifiers, Air Compressors, Dust Collectors, and Vessel Vacuums, with specified quantities and pricing arrangements. These services encompass preventive maintenance, troubleshooting, and associated travel costs, structured into firm-fixed prices across multiple line items. The performance period spans from September 30, 2025, to September 29, 2026, emphasizing the necessity for consistent maintenance to ensure operational readiness and safety. Communication is facilitated through the designated contracting officer, Aaron Miller, who oversees the delivery and inspection of services at the Pearl Harbor location. This solicitation exemplifies the federal government's commitment to engaging small businesses in fulfilling essential service contracts while supporting women-owned enterprises within governmental procurement processes.
    Lifecycle
    Title
    Type
    X71 Equipment Maintenance
    Currently viewing
    Solicitation
    Similar Opportunities
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    VENT AND DUCT WORK SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes from qualified Women-Owned Small Businesses (WOSB) for vent and duct work services, focusing on laundry and galley exhaust ventilation cleaning aboard a US Navy ship in Yokosuka, Japan. The contract, identified as N0040626Q0008, requires the contractor to inspect, cryogenically clean, and report on seven ventilation systems, with the work scheduled to be completed between December 15 and December 31, 2025, in accordance with NAVSEA standards. This service is critical for maintaining operational safety and efficiency within naval vessels, ensuring compliance with local labor laws and various federal regulations. Interested parties must submit their quotes, along with a signed solicitation form, to the primary contact, Ferbien Encomienda, at ferbien.o.encomienda.civ@us.navy.mil, by the specified deadline to be considered for this firm-fixed-price award.
    Quincy Air Compressor Repair Parts
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking qualified vendors to supply Quincy Air Compressor Repair Parts, specifically requiring brand name items only. This procurement is essential for maintaining operational efficiency in air and gas compressor systems, which are critical for various defense applications. The contract is set aside for small businesses, and interested parties should reach out to Nala Pittman at nala.s.pittman.civ@mail.mil or 571-236-3137, or Melvina McNeill at melvina.l.mcneill.civ@mail.mil or (703) 545-9495 for further details. The exact address for performance will be provided upon award, and the solicitation is currently open for submissions.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    Respiratory Air Management Program (RAMP) Maintenance Services
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking contractors to provide maintenance services for the Respiratory Air Management Program (RAMP) at Joint Base Pearl Harbor Hickam in Hawaii. The procurement includes essential services such as annual function tests, inspections, and certifications for Self-Contained Breathing Apparatus (SCBA) units, Rapid Intervention Crew (RIC) Kits, and Escape packs, all of which must comply with manufacturer requirements and National Fire Protection Association (NFPA) standards. This contract is critical for ensuring the safety and operational readiness of firefighting personnel, with a base period of performance from December 29, 2025, to December 28, 2026, and four optional one-year extensions. Interested parties should submit their quotes electronically by December 8, 2025, and direct any questions to Liane Pekelo-Passmore at liane.m.pekelo-passmore.civ@us.navy.mil.
    VACUUM PUMP,AIRCRAF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of Vacuum Pump Assemblies used in aircraft applications. The procurement aims to ensure the operational readiness of these critical components by requiring vendors to perform comprehensive evaluations, repairs, and testing in accordance with established military standards. These vacuum pumps are essential for various aircraft systems, highlighting their importance in maintaining flight safety and operational efficiency. Interested contractors should note that the solicitation window has been extended to December 8, 2025, and can reach out to Bridget M. Murphy at 215-697-5047 or via email at BRIDGET.M.MURPHY6.CIV@US.NAVY.MIL for further details.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    DISHWASHER MACHINE LEASE AND MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals from Women-Owned Small Businesses (WOSB) for a firm, fixed-price lease agreement for a dishwashing machine, along with maintenance services, at the Naval Station Everett Galley. The contract will cover a base year from January 2026 to January 2027, with four additional 12-month option years extending through January 2031, and includes requirements for monthly preventive maintenance, 24-hour on-call service with a 2-hour response time, and on-site training. This procurement is critical for maintaining operational efficiency in food service operations, ensuring that the galley can meet its sanitation and service standards. Interested contractors should contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, and must adhere to various security requirements and invoicing protocols as outlined in the solicitation posted on November 26, 2025.
    PUMP,CENTRIFUGAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of centrifugal pumps under a federal contract. The procurement aims to ensure the operational readiness of these pumps, which are critical for various military applications, by establishing a Repair Turnaround Time (RTAT) of 371 days. This solicitation is issued under Emergency Acquisition Flexibilities, encouraging accelerated delivery, and requires Government Source Inspection for all repairs. Interested contractors must submit their quotes, including pricing and capacity constraints, by December 12, 2025, and can direct inquiries to Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Buyer not available
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.