Metal Shed Dismantle
ID: N32253-25-Q-0008Type: Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 24, 2025, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a qualified contractor for the dismantling and packaging of a metal storage shed measuring 20’ x 26’ x 11’4” high. The contractor will be responsible for safely dismantling the shed, managing hazardous materials, and ensuring compliance with environmental and safety regulations throughout the project, which is scheduled to take place from March 3 to March 28, 2025. This procurement is critical for maintaining operational efficiency and safety at the facility, which supports various U.S. Navy vessels. Interested contractors must submit their quotes by January 29, 2025, and are encouraged to contact Jodie Tramuto or Lyndon Paloma for further details regarding the solicitation number N32253-25-Q-0008.

Point(s) of Contact
Files
Title
Posted
Jan 25, 2025, 3:04 AM UTC
The document outlines security requirements for contracted work at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) outside designated Controlled Industrial Areas (CIAs). Key provisions include restricting access to U.S. citizens and nationals, the need for Security Access Control Badges, and pre-approval protocols for contractor personnel. Compliance with security measures mandates submitting Contractor Visit Requests (VR) at least three weeks before entry. Contractors must establish strict accountability for identification badges, adhere to operational work hours, and limit travel to work sites. The document specifies vehicle regulations, parking guidelines, and the necessity for prior approval for entry, guard services, and access to any sensitive information. Additionally, photography and the use of personal electronic devices are strictly controlled to maintain security. Overall, the document serves to ensure the safety and integrity of operations within the naval facility while stipulating the responsibilities of contractors and their employees in maintaining stringent security protocols.
Jan 25, 2025, 3:04 AM UTC
The document outlines the safety and health work practices required for contractors at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF). It emphasizes the paramount importance of worker safety during maintenance activities, which present distinct hazards beyond regular shipboard operations. Contractors must adhere to federal OSHA standards and Navy-specific safety regulations, including the NAVSEA Standard Items and NAVOSH Program Manual. Key safety elements include management involvement, regular site analysis, hazard control, and extensive safety training. Contractors are responsible for developing and submitting a comprehensive safety and accident prevention plan prior to starting work, specifically addressing known hazards such as asbestos, lead, and silica, as well as implementing proper procedures for hot work, confined space entry, and environmental considerations. The document also mandates proper incident reporting and record-keeping, including total hours worked and case incident rates. Moreover, it outlines fire safety protocols, cleanliness requirements, and responsibilities for notifying relevant officials in the event of injuries or hazardous incidents. By mandating these practices, PHNSY & IMF aims to maintain a safe working environment, reduce risks to personnel, and comply with regulatory standards crucial for government projects and contracts.
Jan 25, 2025, 3:04 AM UTC
The "Environmental Protection Guidelines for Contractors on Facilities Projects" at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility outlines essential environmental compliance protocols incumbent on contractors. Key areas include adherence to federal, state, and local regulations, management of hazardous materials, and implementation of best management practices to protect air, land, and water resources. Contractors are required to appoint an Environmental Manager with specified qualifications, ensure compliance assessments, and conduct training related to environmental standards. The document mandates detailed waste management practices, including hazardous waste disposal, spill prevention protocols, and the organization of training and inspections. Specific guidelines for construction and demolition activities emphasize maintaining worksite cleanliness and preventing pollution. Emphasizing proactive environmental stewardship, the guidelines reflect the U.S. Navy's commitment to being a leader in environmental protection and ensure that all work conducted aligns with established laws and regulations. These guidelines serve not only to maintain regulatory compliance but to promote accountability and stewardship among all personnel involved in facility projects at the Navy base.
Jan 25, 2025, 3:04 AM UTC
The document outlines the operational and safety requirements for contractors using cranes and weight handling equipment at the Pearl Harbor Naval Shipyard (PHNS&IMF). It emphasizes the need for contractors to notify the Contracting Officer prior to crane operations and mandates a range of documentation, including compliance certificates and inspection records, to ensure adherence to safety regulations outlined in NAVFAC P-307 and other relevant references. Additionally, the document details specific procedures for crane operations, including rigging standards, safety measures, and accident reporting protocols. Contractors are required to establish a point of contact, submit entry packages for equipment, and obtain necessary approvals to operate within controlled areas. Moreover, the paper emphasizes rigorous accident investigation processes for crane-related incidents, highlighting the importance of preventative measures and compliance with both OSHA and ANSI standards. The procedural guidelines aim to facilitate safe crane and rigging operations, ultimately ensuring the safety of personnel and compliance with federal regulations within Navy Region activities.
Jan 25, 2025, 3:04 AM UTC
The Hot Work Record serves as a comprehensive documentation tool for permits related to hazardous operational activities, especially within government and military contexts. It captures vital information about the operator organization, issuance details, operational specifics, and compliance with safety protocols. Key sections include permit details such as the operator’s name and contact details, the location, type of operation (e.g., welding, cutting), and essential safety requirements that may include emergency shutdown procedures. It outlines measures like fire watches, area inspections, and required certifications after operations to ensure safety and compliance. This document emphasizes the importance of risk management in hot work operations, illustrating the commitment to safety standards in federal and state regulations as allied to RFPs and grants. The systematic recording of operations promotes accountability and assists in tracking adherence to safety practices, essential for preventing incidents in sensitive environments.
Jan 25, 2025, 3:04 AM UTC
The document outlines the Operations Security (OPSEC) contract requirements for the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). OPSEC is a critical process aimed at safeguarding sensitive information from exploitation by adversaries, both classified and unclassified. Contractors are required to develop an OPSEC Plan, specifying their activities to prevent unauthorized disclosures of Critical Information (CI). The plan must be submitted via encrypted email or secure postal services before contract execution. Key responsibilities include ensuring that all personnel avoid inadvertent compromises of sensitive information and prohibiting its dissemination to unauthorized entities or public platforms. Additionally, the document mandates strict control over personal electronic devices on-site and prohibits sharing classified or Controlled Unclassified Information (CUI) on any media channels. It also emphasizes the importance of protecting personally identifiable information (PII), operational schedules, and equipment capabilities. Contractors must take countermeasures such as shredding sensitive documents, avoiding social media postings about shipyard activities, and promptly reporting any known compromises to security personnel. Overall, adherence to these OPSEC guidelines is vital for maintaining national security and preventing unauthorized access to sensitive defense-related information.
Jan 25, 2025, 3:04 AM UTC
The Hot Work Record document outlines procedures for managing operations that pose potential fire hazards within a specified area. It includes details such as operator information, operation type, location, and special requirements associated with safety measures during hot work activities. Key elements encompass the necessity of fire watches and post-operation safety inspections to ensure the area is secure after work is completed. The document emphasizes the importance of adhering to special precautions, documenting any emergency shutdowns, and ensuring that an area is declared safe before allowing others to enter. This record serves to maintain safety protocols consistent with government regulations and operational standards, particularly in contexts involving military and industrial operations, highlighting the federal or local government's commitment to risk management in hazardous work environments.
Jan 25, 2025, 3:04 AM UTC
The Federal Fire Department has established a Hot Work Permit Checklist to ensure safety during hot work operations, such as welding or cutting. Key requirements include verifying that all hot work equipment is in good repair and that the area is free of combustible materials within a 35-foot radius. Combustibles must be relocated or protected using approved methods like welding curtains or blankets. Any openings near the worksite should be sealed to prevent spark escape, and ducts carrying sparks must be shielded or shut down. Precautions are also outlined when working near combustible structures, including having a fire watch if it’s impractical to relocate combustibles. Fire extinguishers must be readily available, and precautions should be taken to protect automatic fire suppression systems. Additionally, personnel must be protected from hazards associated with heat and sparks. The checklist underscores the importance of safety protocols in hot work operations, reflecting the government’s commitment to fire safety and awareness in potentially hazardous situations. It serves as a necessary guideline for securing permits and ensuring compliance with safety standards in both federal and local contexts.
Jan 24, 2025, 10:04 PM UTC
The document pertains to the Federal Request for Proposal (RFP) N32253-25-Q-0008 by PHNSY & IMF, focusing on the dismantling of a metal shed. The file addresses inquiries from potential contractors regarding the project. Notably, no photographs of the shed are available, but a Google Earth file has been attached for reference. The shed is constructed entirely from metal, featuring a frame made of I-beams and angle iron, with its roof, walls, and flooring consisting of sheet metal. Importantly, the document stipulates that the contractor's Environmental Protection Plan (EPP) must include testing for hazardous materials, reflecting environmental safety considerations. The responses indicate that there is a need for careful evaluation of materials, reiterating the importance of addressing potential hazards during the dismantling process. This RFP underscores the federal government's commitment to both infrastructure management and compliance with environmental regulations in public works projects.
Jan 25, 2025, 3:04 AM UTC
The document outlines the solicitation for the dismantling of a metal shed at PHNSY & IMF under solicitation number N32253-25-Q-0008. It addresses various inquiries from potential contractors related to project specifics, including site conditions, hazardous materials, and responsibilities during the execution of the contract. The shed, entirely made of metal, requires thorough hazardous material testing as part of the contractor's Environmental Protection Plan. The project is governed by the Service Contract Labor Standards instead of the Davis-Bacon Act and is scheduled to occur from March 3 to March 28, 2025. While no mandatory site walkthrough is required, a staging area for equipment is provided. The contractor is responsible for securing and disposing of debris generated during the dismantling, while PHNSY will handle transportation of palletized materials. Moreover, the contract is established as a Firm Fixed Price agreement, and contractors must adhere to state licensing and insurance stipulations. The answers provided clarify operational processes, ensuring a smooth execution aligned with federal contracting criteria. Overall, this solicitation highlights essential guidelines for contractors engaged in government-related dismantling projects.
Jan 25, 2025, 3:04 AM UTC
The document outlines details regarding the construction and maintenance of Building 72, specifically focusing on the Shed portion. It presents an overview of architectural considerations, structural integrity, and compliance with relevant federal and local regulations. Key points include the need for assessments and inspections to ensure safety, efficiency, and adherence to building codes during and after construction. The proposal emphasizes sustainable practices and the integration of modern building technologies while addressing potential challenges associated with the site's existing conditions. This initiative aligns with broader federal objectives to enhance facilities through strategic investment and efficient resource management, ultimately aiming to provide functional, safe, and accessible spaces for government activities. The document serves as a foundation for forthcoming RFPs or grant applications aimed at facilitating the building's renovation or improvement process.
Jan 25, 2025, 3:04 AM UTC
The document outlines Solicitation N3225325Q0008 for the dismantling and packaging of a 20' x 26' x 11'4" metal storage shed at the Pearl Harbor Naval Shipyard & IMF. It is a Request for Proposal (RFP) focusing on environmental considerations, safety protocols, and compliance with regulations. The contractor is required to provide a Project Manager, develop an Environmental Protection Plan, and ensure safety through compliance with OSHA standards. The scope includes a detailed breakdown of the work, including dismantling, packaging, and disposal of debris, with specific weight and size limits for packaged materials. The anticipated timeline for project execution is from March 3 to March 28, 2025. Additionally, proposals must be submitted with technical details, costs, and must comply with federal standards regarding telecommunications equipment. The evaluation will assess technical capability alongside pricing, with contracts awarded to the technically acceptable offerors at a fair price. The document ensures contractors understand the necessary government responsibilities, performance requirements, and legal compliance, ensuring efficient and safe operational management at the facility.
Jan 9, 2025, 2:04 AM UTC
The provided document details a solicitation (N3225325Q0008) issued by the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) for dismantling and packaging a metal storage shed. The contractor must manage the project, ensuring compliance with environmental, safety, and security regulations while coordinating with government representatives for an effective schedule. Core responsibilities include obtaining necessary permits, developing an Environmental Protection Plan, and implementing safety protocols under OSHA requirements. The project seeks to enhance operational efficiency by clearing shop spaces, necessitating coordination and adherence to strictquality control measures. Contractors must present a detailed technical proposal, demonstrate their qualifications, and comply with small business participation guidelines. The government retains the right to monitor contractor performance throughout the project, ensuring all work is performed to established standards. This solicitation underscores PHNSY & IMF’s focus on maintaining Naval capabilities while adhering to regulatory and operational standards.
Lifecycle
Title
Type
Metal Shed Dismantle
Currently viewing
Solicitation
Similar Opportunities
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
Void Tank Cleaning Services
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Pearl Harbor, is seeking qualified small businesses to provide Void Tank Cleaning Services for YON 328 at Joint Base Pearl Harbor, Hawaii. The primary objective is to address salt buildup in the interstitial void tanks, which is critical for preventing corrosion that could compromise the fuel barge's hull ahead of an upcoming INSURV inspection scheduled for December 2024. The contract period extends from the award date through September 30, 2025, with all work required to be completed by that date. Interested contractors must submit detailed quotes by 11:00 AM Hawaii Standard Time on April 29, 2025, and direct any questions to David Chang at david.d.chang3.civ@us.navy.mil or by phone at 808-473-7548.
Relocation and Reinstallation of Teradyne MSRA
Buyer not available
The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking sources capable of providing services for the relocation and reinstallation of a Teradyne Spectrum Module Test System. The objective of this procurement is to support the deinstallation of the system from Building 214, its transportation, and subsequent reinstallation into Building 683, thereby enhancing functional testing capabilities for submarine systems. This initiative is critical for maintaining the operational readiness of U.S. Navy vessels, emphasizing the need for thorough testing, quality assurance, and compliance with safety regulations. Interested parties must submit their capability statements by 11:00 AM HST on May 1, 2025, to the designated contacts, Colby Teruya and Lyndon Paloma, via email, as this notice serves solely for market research and does not constitute a request for quotes or proposals.
Maintenance, Repair, and Preservation of Bangor Caisson 1 Prime
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking a contractor for the maintenance, repair, and preservation of the Bangor Caisson 1 Prime, a significant asset measuring 108 feet in length and 65 feet in height. The procurement involves a Firm-Fixed-Price contract that requires the contractor to perform various tasks, including asset pickup and delivery, coating renewal, system inspections, and compliance with safety and environmental regulations. This opportunity is crucial for ensuring the operational readiness and longevity of naval assets, with the contract expected to be awarded in September 2025, following a request for proposals anticipated in April/May 2025. Interested parties should contact Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Christopher Campbell at christopher.d.campbell76.civ@us.navy.mil for further information.
Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Pacific, is soliciting offers for a 10-year lease of approximately 748,235 square feet of administrative, warehouse, industrial, and laydown space at the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement aims to address the operational space requirements associated with the Shipyard Infrastructure Optimization Plan (SIOP), facilitating the Navy's modernization and expansion efforts during infrastructure upgrades. The leased space will support various operational functions and accommodate up to 867 personnel, ensuring seamless operations throughout the construction period. Interested offerors must submit their proposals by May 26, 2025, with pre-proposal inquiries due by May 2, 2025. For further information, contact Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com.
Building Supply
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
SHIPPING AND STORAG
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of specialized shipping and storage containers under the title "SHIPPING AND STORAG." The procurement involves the repair, testing, and inspection of items identified by NSN 8145-01-406-4355 and part number 427821-1, with strict adherence to established repair procedures and quality requirements. These containers are critical for the safe and efficient transport of military supplies, ensuring operational readiness. Interested contractors should submit their quotes, including firm-fixed pricing or time and materials estimates, to Brian T. Kent at brian.t.kent.civ@us.navy.mil or by phone at 215-697-0000, as this opportunity is below the Small Business Administration review threshold of $10,000 and is not set aside for small businesses.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels, installation of new stainless steel or marine-grade aluminum panels, and adherence to safety and environmental compliance standards. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and is expected to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals by May 2, 2025, with inquiries directed to Michelle Farrales or James Wasson via email.
KASTO ECO STORAGE
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center in Bahrain, is soliciting quotations for the procurement of a KASTO ECO STORAGE system, which includes essential components for a ship maintenance facility. The procurement aims to acquire various items such as a gantry crane, safety fences, and inventory management software, all of which are critical for efficient operations and logistics in military settings. Interested vendors must submit their quotations by May 2, 2025, ensuring compliance with representation requirements regarding telecommunications and video surveillance services as mandated by the John S. McCain National Defense Authorization Act. For further inquiries, vendors can contact Shameer Aboobacker at shameer.aboobacker.ln@us.navy.mil or Shihab Kurikkalakath at shihab.kurikkalakath.ln@us.navy.mil.