ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Lease or rental of 10-ton forklift IAW PWS

DEPT OF DEFENSE N3225326Q0036
Response Deadline
May 11, 2026
3 days left
Days Remaining
3
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Navy’s Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility, is soliciting a lease or rental of one 10-ton forklift to support shipyard operations. The contractor must provide the forklift and associated labor, equipment, tools, materials, maintenance, repairs, and support in accordance with the Performance Work Statement, with the equipment described as a 10-ton diesel forklift with pneumatic tires. The work is structured for a 12-month base period and a 6-month option, and the forklift must meet technical requirements, pass pre-use inspection, and support the required availability and replacement timelines, while contractor personnel must be U.S. citizens, pass background checks, and be registered with DBIDS. Quotes are due by 05/08/2026 at 12:00 p.m. HST, questions are due by 05/04/2026 at 12:00 p.m. HST, and submissions must be emailed to the listed points of contact along with the required SF 1449, technical capability statement, past performance information, and forklift documentation.

Classification Codes

NAICS Code
532490
Other Commercial and Industrial Machinery and Equipment Rental and Leasing
PSC Code
W039
LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT

Solicitation Documents

9 Files
N3225326Q00360002_Conform.pdf
PDF288 KBMay 8, 2026
AI Summary
The document is a government solicitation (N3225326Q00360002) for a Women-Owned Small Business (WOSB) to provide a 10-ton forklift rental to the Pearl Harbor Naval Shipyard & IMF. The solicitation outlines the terms and conditions for commercial products and services, including federal and defense acquisition regulations. Key requirements include a firm-fixed-price contract for a 12-month base period and a 6-month option, adherence to a Performance Work Statement (PWS), and a maximum contract value of $40,000,000. Offerors must have a valid CMMC Level 1 self-certification at the time of submission, be registered in SAM with the NAICS code 532490 ($40M size standard), and submit technical capability statements, past performance references, and forklift specifications. Evaluation will be based on technical capability, past performance, and price, with award going to the lowest-priced technically acceptable offeror with acceptable past performance. The document details clauses related to subcontracting limitations, post-award small business rerepresentation, Wide Area WorkFlow payment instructions, and cybersecurity maturity model certification (CMMC) requirements.
Solicitation Amendment N3225326Q00360002 SF 30.pdf
PDF147 KBMay 8, 2026
AI Summary
This government file details an amendment to a solicitation or contract, likely for a federal procurement or grant. The amendment revises contact information, specifically updating the contact person and the contact office address. It also modifies the solicitation/contract number and the effective date of the amendment. The document includes administrative codes for various identifiers such as the amendment/modification number, effective date, requisition/purchase request number, and project number. It also outlines the administrative office responsible for the action. Furthermore, the file contains sections for amendments to solicitation details and modifications to contracts, with provisions for updating contact information and specifying the date of the amended contact. The document concludes with a comprehensive list of codes related to contract and administrative information, including contract ID codes, amendment dates, modification numbers, and administrative office codes. These changes are crucial for ensuring accurate communication and proper record-keeping throughout the lifecycle of the government agreement.
Solicitation Amendment N3225326Q00360001 SF 30.pdf
PDF61 KBMay 8, 2026
AI Summary
This document is an amendment to Solicitation Number N3225326Q0036, dated April 30, 2026, issued by the Pearl Harbor Naval Shipyard IMF. The amendment, N3225326Q00360001, dated May 4, 2026, primarily serves to add FAR 52.222-90, titled "Addressing DEI Discrimination by Federal Contractors (Deviation 2026-O0038)," with an effective date of April 2026, to the contract clauses. This modification indicates that all other terms and conditions of the original solicitation remain unchanged. The document also outlines procedures for acknowledging receipt of amendments, modifying offers, and details for contract modifications, emphasizing the importance of timely communication for offerors.
Solicitation - N3225326Q0036.pdf
PDF1832 KBMay 8, 2026
AI Summary
This government solicitation (N3225326Q0036) is a Women-Owned Small Business (WOSB) set-aside for the lease or rental of a 10-ton forklift with pneumatic tires and diesel fuel to assist operations at the Pearl Harbor Naval Shipyard & IMF. The contract has a total estimated value of USD 40,000,000.00, with an initial performance period from May 18, 2026, to May 17, 2027, and a six-month option period. Key requirements include a detailed technical capability statement, past performance references, and a mandatory CMMC Level 1 self-certification at the time of offer submission. Offers will be evaluated based on technical capability, past performance, and price, with award going to the lowest-priced, technically acceptable offeror with acceptable past performance.
PHNSY IMF OPSEC Contract Requirements 02-25.pdf
PDF1214 KBMay 8, 2026
AI Summary
This document outlines the Operations Security (OPSEC) contract requirements for the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), referencing DoDM 5205.02. OPSEC protects sensitive Critical Information (CI) from adversaries, whether classified or unclassified. Contractors may need an OPSEC Plan, signed by the prime contractor and submitted via encrypted email, DoD SAFE, or USPS, depending on the work. All contractors and subcontractors are responsible for preventing inadvertent disclosure of CI, which includes personally identifiable information, operational schedules, equipment capabilities, and critical infrastructure details. CI must not be distributed to unauthorized third parties, publicized in corporate communications, or transmitted to personal emails or social media. Disclosure of CI can lead to removal, contract termination, criminal prosecution, and penalties. The document also addresses the protection of Controlled Unclassified Information (CUI) and the PHNSY&IMF Camera/Personal Electronic Device (PED) Policy, emphasizing strict controls on electronic devices within the shipyard. Countermeasures include restricting verbal discussions, prohibiting unauthorized photography, shredding sensitive documents, not posting shipyard information on social media, removing badges when leaving the shipyard, and immediately reporting any unauthorized disclosures or compromises of CI.
APPENDIX III Contractor SECREQ-OUTSIDE OF THE CIA (Rev May 2024).pdf
PDF396 KBMay 8, 2026
AI Summary
The document outlines security requirements for contractors working at Pearl Harbor Naval Shipyard & IMF outside Controlled Industrial Areas (CIAs), excluding Dry Dock 4. Key provisions include restricting work to U.S. citizens and nationals, with special authorization needed for foreign-owned companies. All contractors, subcontractors, and suppliers must adhere to these rules. Security Access Control Badges are mandatory for frequent access, requiring a multi-part Contractor Visit Request form submission three weeks prior to entry. Specific requirements cover access to the Shipyard's network, proper badge display, immediate reporting of derogatory information, and mandatory safety/security orientations. Work hours are restricted to Monday-Friday, 0630-1500, with advance written approval needed for exceptions. Employee movement is limited to work sites, and all vehicles are subject to search and traffic regulations. Parking on piers is restricted, with designated private vehicle lots available. Property passes are required for government material transport. Access to restricted areas, classified information, and photography is prohibited without prior approval and strict controls. Portable Electronic Devices (PEDs) are allowed in designated
APPENDIX II ENVIRONMENTAL (Facilities) - 16-OCT-2019.pdf
PDF188 KBMay 8, 2026
AI Summary
The "Environmental Protection Guidelines for Contractors on Facilities Projects at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility" outlines mandatory environmental compliance requirements for contractors. It emphasizes adherence to federal, state, and local regulations, including specific CFR titles and Hawaii Administrative Rules. Key aspects include designating an Environmental Manager (EM) with specific qualifications and responsibilities, mandatory ECATTS training for project managers and EMs, and attending a Contractor Environmental Briefing. Contractors must submit an Environmental Protection Plan within 45 days of contract award and maintain environmental records. The guidelines cover critical areas such as spill prevention and reporting, clean water (dry dock and storm water controls), industrial wastewater management, hazardous material handling, and waste disposal procedures for hazardous, non-regulated, asbestos, and PCB waste. Daily inspections and immediate correction of non-compliances are required, with severe events necessitating prompt notification and investigation.
APPENDIX I SAFETY AND HEALTH WORK PRACTICES FOR CONTRACTORS dtd JUL 2024.pdf
PDF456 KBMay 8, 2026
AI Summary
This document outlines safety and health work practices for contractors at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), emphasizing the Navy's priority on worker safety. It details compliance with federal OSHA standards, NAVSEA Standard Items, and Navy safety standards. Contractors must operate an effective occupational safety and health management system, embracing OSHA’s Voluntary Protection Programs (VPP) elements: Management Leadership & Employee Involvement, Work Site Analysis, Hazard Prevention and Control, and Safety and Health Training. Key requirements include submitting a safety and accident prevention plan, reporting injuries and illnesses, maintaining clean work areas, ensuring PPE compliance, understanding fire safety plans, and adhering to specific protocols for hazardous materials like asbestos, silica, MMVF, lead, and mercury. The document also provides contact information for the PHNSY&IMF OSHE Office.
06.A6.PWS_20260430.pdf
PDF168 KBMay 8, 2026
AI Summary
This Performance Work Statement (PWS) outlines the requirements for renting one 10-ton capacity diesel forklift with pneumatic tires to the Pearl Harbor Naval Shipyard & IMF (PHNSY & IMF). The contractor is responsible for delivery, all maintenance, repairs, and support to ensure continuous safe operation. The forklift must meet specific technical requirements and pass a pre-use inspection by PHNSY & IMF personnel. Key performance objectives include 95% equipment availability and 100% compliance for maintenance schedules and replacement unit provision within 24 hours if repairs exceed 8 hours. The Government will operate the forklift and is responsible for damage caused by operator misuse or incidents, while the contractor handles normal wear and tear. Contractor personnel must be U.S. citizens, pass background checks, and be registered with DBIDS. The contract includes a 12-month base period and one 6-month option period.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 4, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 11, 2026
expiryArchive DateMay 26, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
PEARL HARBOR NAVAL SHIPYARD IMF

Point of Contact

Name
Kelliann Shimote

Place of Performance

JBPHH, Hawaii, UNITED STATES

Official Sources