Hankook Vertical Turning Centers (VTC)
ID: N32253-25-930-0001Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Pearl Harbor Naval Shipyard Intermediate Maintenance Facility, is seeking qualified contractors for the maintenance and service of two Hankook Vertical Turning Centers (VTC). The procurement requires a certified technician to perform on-site preventive maintenance, repairs, inspections, and software upgrades, ensuring compliance with manufacturer standards and regulations. These services are crucial for maintaining the operational readiness of the U.S. Navy's machinery, with the performance period set from August 28, 2025, to August 27, 2026, during standard business hours. Interested parties should contact Colby Teruya at colby.m.teruya.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for preventive maintenance and service for two Hankook Vertical Turning Centers at the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF). The contractor must provide a certified technician to conduct on-site maintenance, including repairs, inspections, and necessary software upgrades, ensuring compliance with manufacturer standards. Key tasks include submitting detailed maintenance and repair reports, managing parts and materials—ensuring all are new—and handling hazardous waste according to regulations. The performance period spans from August 28, 2025, to August 27, 2026, with work conducted during standard business hours. The contractor must also establish quality control measures, facilitate base access for personnel, and comply with security protocols to protect sensitive information. All contract activities must be reported through the Enterprise-Wide Contractor Manpower Reporting application. This document serves a crucial role in delineating responsibilities and expectations for efficient machine servicing, thereby contributing to the operational readiness of the U.S. Navy.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Intent to Sole Source: HAAS ST-35Y Machine Software Update
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a contractor to perform a software update and install a level 2 service key patch for the HAAS ST-35Y machine at the Trident Refit Facility in Bangor, Washington. The contract requires the contractor to provide all necessary personnel, equipment, and services while adhering to the quality standards set by the original equipment manufacturer, including training mechanics on the extraction of the service key. This initiative is crucial for modernizing and maintaining Navy assets, ensuring operational efficiency and safety through expert technician support. Interested parties can contact Kenny Vilayvong at kenny.r.vilayvong.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil for further details, with the performance period scheduled from March 20 to March 28, 2025.
    Preventative and Scheduled Service for DMG Mori Machines
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking proposals for preventative and scheduled maintenance services for eighteen DMG Mori machines located in San Diego, California. The contract will encompass preventative maintenance, emergent repairs, and scheduled service, adhering to the Original Equipment Manufacturer (OEM) standards to ensure optimal functionality of the equipment. This procurement is critical for maintaining the operational efficiency of military assets, with a contract type of Firm Fixed Price (FFP) expected to be awarded by December 9, 2024, at 4:00 PM EST. Interested vendors must submit their proposals via DoD Safe and can direct inquiries to Amanda Taylor or Tiffany Crayle at the provided email addresses.
    Vibration Analysis
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking qualified personnel to conduct vibration analysis on four air conditioning plants located in the Auxiliary Machinery Room of a naval ship. The primary objectives include troubleshooting vibration issues, inspecting oil coolers, correcting alignment problems, and providing a detailed service report to the Principal Port Engineer and Chief Engineer upon completion of the work scheduled from April 28 to May 11, 2025, in Chinhae, South Korea. This procurement is critical for ensuring the operational integrity of shipboard air conditioning systems while adhering to safety protocols, particularly due to the presence of high voltage electrical systems. Interested parties can reach out to Amber Hess at amber.e.hess3.civ@us.navy.mil or Heidi Miller at heidi.r.brennan.civ@us.navy.mil for further information.
    Touch Labor Support Services
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors to provide touch labor support services for non-nuclear work on Surface Combatants and submarines. The objective is to establish a multiple-award, indefinite-delivery indefinite-quantity (IDIQ) firm fixed price contract, which will span five years, consisting of one base year and four option years, to address labor shortages during the shipyard's hiring process. This procurement is critical for maintaining and repairing U.S. Navy vessels, ensuring compliance with safety and performance standards while augmenting the shipyard's capabilities. Interested parties must submit their capability statements by 08:00 HST on March 3, 2025, via email to both Sarah Chang and Megan Ho, as detailed in the sources sought notice.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking support services for Unmanned Hyperbaric Systems. The procurement aims to provide maintenance and repair services for commercial and industrial machinery and equipment, particularly focusing on ship and marine equipment. These services are crucial for ensuring the operational readiness and safety of unmanned systems utilized in various defense applications. Interested vendors can reach out to Matthew Duong at matthew.h.duong.civ@us.navy.mil or call 805-982-4538, or contact Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil or 805-982-3667 for further details.
    On-Site Contractor support for 5000 – Hour Overhaul on C-STAR-200C, Low Pressure Air Compressor’s
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking contractor support for a 5000-hour overhaul of the C-STAR-200C Low Pressure Air Compressors. This procurement aims to ensure the operational readiness and reliability of critical air compressor systems used in naval operations. The services will be performed in Japan, highlighting the importance of maintaining equipment in proximity to operational theaters. Interested contractors should reach out to Regel Agahan at regel.agahan@navy.mil for further details regarding this presolicitation opportunity.
    Propulsor "PC.1A" and "Leading Edge Ring"
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the procurement of the Propulsor "PC.1A" and "Leading Edge Ring" at the Pearl Harbor Naval Shipyard IMF in Hawaii. This presolicitation opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The goods and services sought are critical for the maintenance and repair of naval equipment, ensuring operational readiness and efficiency. Interested parties should reach out to Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further details regarding the procurement process.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    US Navy Virginia Class Submarine Scrubbers Repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard, is seeking contractors for the repair of scrubbers on the Virginia Class Submarine. This presolicitation opportunity falls under the NAICS code 336611, which pertains to Ship Building and Repairing, and involves maintenance and repair of ship and marine equipment. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of these submarines, which are vital assets for national defense. Interested parties should reach out to Amber Burgess at amber.m.burgess7.civ@us.navy.mil or Chaune Kuromoto at chaune.k.kuromotowong.civ@us.navy.mil for further details.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.