Dismantle Wall and Jib Cranes
ID: N3225326Q0019Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS) (P500)

Set Aside

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

    The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a contractor to dismantle and remove four Shepard Niles 5-ton wall cranes and three jib cranes located in Building 155 at Joint Base Pearl Harbor Hickam, Hawaii. The contract is set aside for Total Small Business concerns, with a performance period extending from February 9, 2026, to August 7, 2026, and an estimated total award amount of $22 million. This project is critical for maintaining the operational integrity of the shipyard, which supports various U.S. Navy vessels and activities in the Pacific. Interested parties must submit their quotes by January 12, 2026, and are encouraged to contact Kelliann Shimote or Lyndon Paloma for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, N3225326Q00190001, is a Request for Quote (RFQ) for the removal, dismantling, and packaging of four Shepard Niles 5-ton wall cranes and three jib cranes located inside Building 155 at Pearl Harbor Naval Shipyard & IMF. The contract is set aside for Total Small Business concerns with a NAICS code of 238290 and a size standard of $22,000,000.00. The period of performance is from February 9, 2026, to August 7, 2026. Key clauses include those related to commercial products and services, electronic payment systems (WAWF), and restrictions on certain foreign telecommunications equipment. The solicitation also incorporates several DFARS clauses concerning safeguarding defense information and whistleblower rights. The estimated total award amount is USD 22,000,000.00. Funds are not presently available for this contract, with obligation contingent upon fund availability.
    The document outlines safety and health work practices for contractors at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), emphasizing compliance with Federal OSHA, NAVSEA, and Navy safety standards. It establishes requirements for contractors to operate an effective occupational safety and health management system, adhering to OSHA's Voluntary Protection Programs (VPP) elements: Management Leadership & Employee Involvement, Work Site Analysis, Hazard Prevention and Control, and Safety and Health Training. Contractors must submit a safety and accident prevention plan, report injuries and illnesses, and provide annual safety data. The document details general safety protocols, including housekeeping, PPE, fire safety, and emergency procedures. It also addresses known hazardous procedures for asbestos, silica, man-made vitreous fibers, lead, mercury, confined space entry, and Freon, outlining specific control measures for each. The overall purpose is to ensure contractor personnel comply with all applicable safety and health requirements and collaborate with PHNSY&IMF to maintain safe project sites.
    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, Hawaii Administrative Rules, and PHNSY&IMF instructions. Key aspects include designating a qualified Environmental Manager (EM) with specific experience and training, mandatory ECATTS training for project managers and EMs, and attending a Contractor Environmental Brief. Contractors must submit an Environmental Protection Plan (EPP), maintain clean work areas, conduct daily inspections, and promptly address non-compliances and spills. The guidelines detail requirements for hazardous materials, spill prevention and reporting, clean water management (dry dock, stormwater, industrial wastewater, sanitary sewer), hydroblasting/sandblasting, construction/demolition waste, construction site runoff, in-water work, clean air (painting, ODS), and waste management (hazardous, non-regulated, asbestos, PCBs, recyclables). Contractors are responsible for waste characterization, proper disposal, and reimbursement for fines due to non-compliance.
    This document outlines stringent security requirements for contractors accessing various sensitive areas within PHNSY&IMF, including Controlled Industrial Areas (CIA), Security Islands (SI), Controlled Nuclear Information Areas (CNIA), and Nuclear Work Areas (NWA). Key requirements include mandatory U.S. citizenship, specific security clearances (FCLs and PCLs), and appropriate Shipyard Access Control Badges (SACBs) based on the sensitivity of the accessed area. The document details procedures for visit requests, badging, vehicle access, work hour restrictions, and the handling of classified information and Portable Electronic Devices (PEDs). It emphasizes strict adherence to security protocols, reporting of incidents, and coordination with PHNSY&IMF personnel for all access and operational needs. The overarching purpose is to safeguard sensitive government assets and information.
    This document outlines comprehensive requirements for contractors operating cranes and other weight-handling equipment (WHE) at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNS&IMF). It details specific procedures for equipment entry, operational safety, personnel qualifications, and accident reporting, adhering to NAVFAC P-307, corporate manuals, and regional instructions. Contractors must submit detailed entry packages, including equipment inspection records, operator certifications, and lift plans, at least 10 working days in advance. Strict safety protocols, such as ground loading limitations and critical lift plans, are mandated. The document also provides definitions and reporting procedures for crane and rigging accidents, near misses, and unplanned occurrences, emphasizing investigations to prevent future incidents. Compliance with OSHA and ASME standards is essential, with specific guidelines for various crane types and foreign operations.
    The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) outlines Operations Security (OPSEC) contract requirements to protect sensitive and critical information from adversaries. All contractors and subcontractors working with PHNSY&IMF are responsible for preventing inadvertent disclosure of classified or unclassified information. An OPSEC plan may be required, detailing how the contractor will identify and monitor OPSEC activities. The document prohibits publicizing Critical Information (CI) in corporate communications or social media and forbids transmitting CI to personal email accounts. It also restricts the use of personal electronic devices (PEDs) within the shipyard. The document provides examples of CI, such as Personally Identifiable Information (PII) and operational schedules, along with countermeasures like restricting verbal discussions, shredding sensitive documents, and reporting unauthorized disclosures. Non-compliance can lead to contract termination, criminal prosecution, and civil penalties.
    The Performance Work Statement outlines the requirements for a contractor to remove and dismantle four wall cranes and three jib cranes at Pearl Harbor Naval Shipyard (PHNSY & IMF). These cranes, manufactured in 1941, are no longer in service. The contractor must provide a Project Manager, submit a detailed Removal Plan, an Environmental Protection Plan, and a Safety Plan, all subject to government approval. The work involves handling hazardous materials like lead paint and asbestos, requiring strict compliance with safety and environmental regulations. The contractor is responsible for all labor, equipment, and transportation, ensuring proper palletization and staging of dismantled crane parts. Personnel must meet security requirements for unescorted access to the shipyard. The contractor is also required to develop and maintain a Quality Control Plan to ensure adherence to the PWS.
    This government solicitation, N3225326Q0019, is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to dismantle and package four wall cranes and three jib cranes in Building 155 at Pearl Harbor Naval Shipyard & IMF. The project has an estimated value of $22,000,000.00, with a performance period from February 9, 2026, to April 30, 2026. The solicitation includes various FAR and DFARS clauses, covering aspects like small business set-asides, electronic payment instructions through Wide Area WorkFlow (WAWF), and prohibitions on certain telecommunications equipment. Key attachments include a Performance Work Statement, Wage Determination, and appendices on health, safety, environmental guidelines, and security requirements. The document specifies contact information for government personnel and outlines the contractor's responsibilities for compliance and invoicing.
    This government file details an amendment to a solicitation, focusing on administrative changes and clarifications. The amendment updates contact information, specifically for the Contracting Officer and the Administrative Contracting Officer, and modifies other administrative details. It also includes revisions to the solicitation's terms, affecting sections related to pricing, delivery, and general clauses. The document emphasizes the importance of acknowledging all amendments, ensuring that all offerors are aware of the updated requirements and conditions. This amendment serves to streamline the solicitation process, clarify instructions for offerors, and ensure compliance with federal acquisition regulations, which is crucial for federal government RFPs, federal grants, and state/local RFPs.
    The provided document is a highly fragmented and heavily redacted government file, likely outlining a Request for Proposal (RFP), grant, or state/local government project. Due to the extensive redactions and use of symbols and non-standard characters, it is impossible to discern the specific subject matter, purpose, or key details of the document. The content appears to be a list of indexed items or sections, potentially representing a table of contents or a breakdown of a larger document. Without clear, readable text, a meaningful summary of its content or intent cannot be generated.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Loading similar opportunities...