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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    HX: 4.00 Inch SCH 120 Pipe
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotations for the procurement of 960 linear inches of 4-inch SCH 120 metallic pipe, as part of a total small business set-aside initiative. This procurement is critical for various construction and maintenance projects within the shipyard, emphasizing the need for high-quality materials that meet specific technical and quality standards, including Non-Destructive Testing procedures. Interested vendors must submit their quotations by January 1, 2026, at 8:00 AM ET, via email to the primary contact, Sarashea Thibodeau, and must be registered in SAM.gov. The evaluation will be based on the Lowest Price Technically Acceptable criteria, considering factors such as technical capability, delivery schedule, price, and past performance.
    NAVAIR Mobile Facilities Procurement
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Joint Base MDL, NJ, is seeking proposals for the procurement of Mobile Facilities (MF) under presolicitation notice N68335-26-R-0354. The contract will involve the production and delivery of mobile habitable shelters, specifically designed to support Marine Corps avionics testing in austere environments, with dimensions of eight feet wide by 20 feet long by eight feet high. The government plans to acquire six types of MFs and conduct First Article Testing based on government drawing 1339AS, utilizing a best value approach for evaluation based on technical capabilities, past performance, and pricing. Interested vendors must submit proposals electronically via the Procurement Integrated Enterprise Environment and ensure registration in the System for Award Management (SAM) database prior to award consideration. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Kieran Connolly at kieran.m.connolly2.civ@us.navy.mil.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    USNS HENRY J. KAISER FY 27 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors to prepare for and accomplish the Regular Overhaul and Dry Docking of the USNS HENRY J. KAISER (T-AO 187) as outlined in the forthcoming solicitation. This contract will involve comprehensive ship repair services, with the anticipated performance period set from December 15, 2026, to April 13, 2027, at the contractor's facility on the West Coast. The opportunity is significant as it pertains to the maintenance and operational readiness of a key naval vessel, ensuring continued support for maritime operations. Interested parties are encouraged to submit capability statements or proposals, and should contact Bryan Makuch at bryan.makuch@navy.mil or 564-226-1259 for further information. The solicitation is expected to be released around January 16, 2026, and access to technical data will require signing a Non-Disclosure Agreement as detailed in the attached documentation.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.