Dry Dock Suction Chamber Cleaning
ID: N32253-25-900F-0001Type: Sources Sought
Overview

Buyer

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

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)

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 a project involving the cleaning of a Dry Dock Suction Chamber. The primary objective is to remove, test, and properly dispose of approximately 1,500 cubic feet of accumulated silt, marine growth, and debris, ensuring compliance with environmental regulations throughout the process. This project is critical for maintaining water quality and operational efficiency at the facility, reflecting the Navy's commitment to environmental stewardship. Interested parties must submit their capability statements by 07:00 AM HST on April 14, 2024, and can direct inquiries to Reid Saito at reid.y.saito.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines safety and health work practices for contractors at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). It establishes the purpose of ensuring worker safety during maintenance activities, emphasizing adherence to OSHA standards, NAVSEA Standard Items, and local regulations. Key elements include management leadership, work site analysis, hazard prevention, and employee involvement in safety training. Contractors are responsible for complying with safety protocols, submitting safety plans, and coordinating with PHNSY&IMF regarding safety measures. The document details specific requirements for managing hazardous materials, conducting hot work, and ensuring cleanliness in work areas. Additionally, it highlights the need for immediate reporting of injuries and compliance with fire safety regulations. Overall, this document aims to create a safe working environment and uphold Navy safety standards during industrial operations, reflecting the Navy's commitment to minimizing risks within the shipyard.
    The "Environmental Protection Guidelines for Contractors on Facilities Projects at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility" outlines essential environmental compliance requirements for contractors. It emphasizes adherence to federal, state, and local regulations, including specific permits and guidelines necessary to protect air, land, and water during construction activities. Key responsibilities include appointing a qualified Environmental Manager (EM) to oversee compliance, conducting daily inspections, and submitting environmental protection plans within specified timelines. Contractors must manage hazardous materials, ensure proper waste disposal, and prevent unauthorized discharges into storm and dry dock drains. Additionally, stringent protocols for spill prevention and reporting, as well as guidelines for construction and demolition, are outlined to mitigate environmental impacts. The document also stresses collaboration with the PHNSY&IMF Environment Division for regulatory inspections and compliance monitoring. Overall, the guidelines serve to promote environmental stewardship and ensure safety within the facilities' operations, reflecting the Navy's commitment to sustainability in its mission.
    NAVFAC P-307 outlines the management, maintenance, inspection, and certification requirements for weight handling equipment (WHE) under the jurisdiction of the Navy and Naval Facilities Engineering Systems Command. It applies to Navy shore activities, the Naval Construction Force, and joint base operations while detailing exceptions for specific wartime tasks. The document emphasizes safety and compliance with OSHA standards, mandating training and qualification for personnel involved with maintenance and operation of WHE. Key sections address program management, self-assessment responsibilities, equipment histories, and personnel competencies. It categorizes equipment types and specifies procedures for maintenance and inspections. Moreover, it outlines requirements for contractor-operated WHE and promotes a comprehensive inventory management policy. The document serves as a guide to enhance safety standards and operational efficiency in WHE, crucial for governmental and military agencies managing various projects involving lifting and rigging equipment. This publication fosters adherence to best practices sector-wide, supporting the performance of critical tasks while ensuring safety and reliability in weight handling operations.
    The document outlines security requirements for contractors accessing the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) controlled areas, including the Controlled Industrial Area (CIA) and other sensitive zones. Access is limited to U.S. citizens, with specific credentials necessary for varying levels of classified information. The process requires submitting specific visit requests and gaining approval from relevant authorities, adhering to strict timelines. Contractor personnel must display proper identification at all times, attend mandatory security training, and follow outlined protocols for vehicle access, including obtaining appropriate passes for transportation of tools and materials. The document emphasizes that all contractor-owned equipment must be secured and that any loss reported immediately. It prohibits photography and outlines conditions for using portable electronic devices. These detailed guidelines ensure the protection of sensitive information and compliance with security protocols vital for national security and operational integrity at PHNSY&IMF.
    The document outlines Operations Security (OPSEC) contract requirements for the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). OPSEC aims to protect sensitive, critical information (CI) from unauthorized disclosure by identifying, monitoring, and managing contractor actions during the contract period. Contractors must develop an OPSEC Plan, detailing how they will safeguard both classified and unclassified information, ensuring compliance with government policies. The document stresses the importance of protecting CI by avoiding inadvertent disclosures, with specific guidelines against the dissemination of sensitive information through public channels or personal electronic devices. Contractors are prohibited from discussing operational details or sharing information that may compromise security. Security measures include handling of personal electronic devices, reporting unauthorized disclosures, and securely disposing of sensitive information. The emphasis on compliance showcases the government's intent to maintain a secure operational environment while engaging contractors for their services.
    The Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is seeking a contractor for sediment removal from its Dry Dock Suction Chamber, which has accumulated approximately 1,500 cubic feet of silt, marine growth, and debris. The contractor is responsible for providing all necessary labor, equipment, and materials to effectively remove and dispose of the sediment in compliance with environmental regulations. The project involves dewatering the sediment, testing for hazardous materials, and ensuring no waste enters local waterways during the operation. An Environmental Protection Plan (EPP) must be submitted by the contractor with specific measures for safety and environmental compliance. Coordination with ongoing Dry Dock operations and adherence to various safety and security protocols is essential. The performance includes several phases: mobilization, removal, testing, and clean-up. The contractor must demonstrate documented experience, possess current permits, and ensure proper staff qualifications while following strict guidelines set by PHNSY & IMF. Regular progress meetings and compliance checks will be conducted to ensure quality and adherence to contract specifications.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract requires the contractor to perform maintenance dredging, manage the placement of dredged materials at a designated open-water site, and conduct pre- and post-dredge surveys, ensuring compliance with all applicable federal, state, and local regulations. The project is critical for maintaining navigability and safety in the harbor, and the contract will be awarded as a firm-fixed price, with construction wage rates applicable. Interested contractors should reach out to Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details.
    Hudson River FNC Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors for the maintenance dredging of the Hudson River Federal Navigation Project in Haverstraw Bay, New York. The project involves the removal of approximately 200,000 cubic yards of shoals to a depth of -32 feet Mean Lower Low Water (MLLW), with the dredged material to be transported to a designated Historic Area Remediation Site (HARS) in the Atlantic Ocean. This maintenance dredging is critical for ensuring navigational safety and efficiency in the Hudson River Federal Navigation Channel, with the work anticipated to take place between August and November 2026, and an estimated contract value ranging from $10 million to $25 million. Interested contractors should contact Adrian Stafford-Browne or Nicholas P. Emanuel via email for further details and to participate in the market survey regarding their capabilities.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.
    CHAMBER ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair of a Chamber Assembly. The procurement aims to secure a repair turnaround time (RTAT) of 230 days for the Chamber Assembly, which is critical for waste disposal equipment, as indicated by the associated PSC code 4540. This contract emphasizes the importance of timely repairs to maintain operational readiness and compliance with military standards. Interested contractors must submit their quotations by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL.