Monarch Vertical Machine
ID: N32253-25-Q-0012Type: Solicitation
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, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a qualified contractor to provide on-site preventive maintenance, repair, calibration, and remedial services for three Monarch Vertical Machining Centers (VMCs). The contract will cover a base year with four option years, ensuring the operational efficiency of critical machinery used in the maintenance and repair of U.S. Navy vessels. This procurement is vital for supporting the Navy's industrial capabilities on the island of Oahu, Hawaii, where the facility plays a key role in servicing submarines and surface vessels. Interested contractors must submit their quotes by February 12, 2025, and ensure compliance with all safety, security, and environmental regulations as outlined in the associated documents. For further inquiries, contact Meagan Wong at meagan.o.wong.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 Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). It emphasizes the Navy's commitment to worker safety, requiring compliance with federal OSHA standards and local safety regulations. Key provisions include the necessity for contractors to develop safety and accident prevention plans, conduct risk analyses, and implement hazard control measures. Essential elements of the Navy’s Voluntary Protection Programs (VPP) include management leadership, employee involvement, hazard prevention, and comprehensive safety training. Contractors must ensure the proper handling of hazardous materials, including asbestos, silica, and lead, while adhering to guidelines for hot work and confined space entry. Regular safety inspections and reporting of injuries and safety-related issues are mandated. The document also outlines the communication protocols for mishap reporting and the training expectations for contractor personnel regarding fire safety and emergency response. Overall, the file seeks to establish a collaborative safety culture aimed at protecting both contractor and Navy personnel during ship repair and maintenance activities.
    The Environmental Protection Guidelines for Contractors at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY&IMF) outline comprehensive protocols aimed at ensuring environmental compliance during facility projects. The document mandates that all contractors adhere to federal, state, and local environmental regulations, including those related to hazardous waste, air and water quality, and spill prevention. Key responsibilities include appointing an Environmental Manager, submitting an Environmental Protection Plan, conducting regular inspections, and maintaining organized records on hazardous materials. Contractors must immediately report any environmental violations and develop corrective measures in collaboration with the PHNSY&IMF Environment Division. The guidelines place significant emphasis on waste management, requiring proper characterization and disposal of hazardous and non-hazardous materials, and emphasize the necessity of training for all personnel regarding environmental policies. Additionally, contractors are required to manage construction site runoff, implement dust and debris controls, and provide a Best Management Practices Plan for any work conducted in or above water. The document underscores the Navy's commitment to environmental leadership and sustainability, while asserting strict accountability for contractors in preventing pollution and maintaining compliance with environmental laws.
    The "Contractor Security Requirements for Submarine Access at PHNSY&IMF’s Controlled Industrial Area" outlines mandatory security protocols that contractors must adhere to when accessing sensitive areas of the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). Key points include that only U.S. citizens and nationals are permitted access, and specific classifications (Red or Yellow Shipyard Access Control Badges) are required based on the sensitivity of the information handled. Contractors must submit visit requests and facilitate security clearances, with strict guidelines around vehicle access, parking regulations, and equipment security. Access to unclassified and classified information is limited to a need-to-know basis and all personnel must undergo annual security training. Photography is prohibited in sensitive areas, and portable electronic device regulations are rigorously enforced to prevent unauthorized data transmission. The document also specifies procedures for lost or stolen identification and provides a list of acceptable proof of U.S. citizenship. Overall, these requirements are designed to maintain national security and ensure the integrity of operations within the PHNSY&IMF.
    The document appears to be an encrypted or corrupted data file, making its content unreadable. Consequently, it is not possible to identify a clear main topic, key ideas, or supporting details, nor can the document's structure be discerned. The content's illegibility prevents any coherent analysis regarding government RFPs, federal grants, or state/local RFPs. Without access to the actual information, any summary would lack substantial details and fail to maintain relevance or clarity. A proper review or extraction from the document is required for further analysis or summarization.
    The document outlines a government Request for Proposal (RFP) for preventive maintenance services on Monarch Vertical Machining Centers at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. The contractor is required to provide a certified technician to perform annual preventive maintenance, repair, calibration, and remedial services, ensuring all equipment operates effectively. Key expectations include providing all necessary parts at no additional cost, submitting maintenance and repair reports, and ensuring compliance with safety and security requirements. The period of performance spans twelve months, with all work to be scheduled and completed within nine business days. Various options for contract renewals exist for succeeding years, prescriptive to maintaining quality and performance standards throughout. The document also emphasizes that all contractors must comply with federal regulations and certifications, demonstrate technical capability, and offer fair pricing to be considered for the contract. Ensuring adherence to the guidelines reflects a commitment to operational efficiency and support for the US Navy's industrial capabilities.
    Lifecycle
    Title
    Type
    Monarch Vertical Machine
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Virginia Class San Tank IDIQ
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is issuing a Request for Quote (RFQ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on cleaning and certifying Virginia Class Sanitary Tanks. The contract aims to ensure compliance with safety and environmental regulations while providing essential maintenance services for Navy submarines, emphasizing the importance of operational safety and environmental health standards. This opportunity is a 100% small business set-aside, with proposals due by February 19, 2025, at 0900 HST, and interested parties must submit their proposals via email to the designated contacts, Chaune Kuromoto and Amber Burgess. All contractors must be registered with the System for Award Management (SAM) and adhere to stringent safety, health, and security requirements outlined in the associated documentation.
    MSC USNS CARL BRASHEAR OHE
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking qualified contractors to provide Ordnance Handling Equipment (OHE) recertification services for the USNS Carl Brashear, scheduled from March 21, 2025, to July 1, 2025, in Guam. The procurement involves the inspection, testing, and certification of 598 units of OHE, adhering to NAVSEA guidelines, with contractors required to supply labor, tools, and materials while meeting specific qualifications and government regulations. This initiative is crucial for ensuring the safety and operational readiness of military equipment, emphasizing the importance of compliance and documentation throughout the recertification process. Interested parties must submit their quotes by February 2, 2025, with inquiries directed to Briana Veil at briana.k.veil.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil.
    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.
    Fluke OTDR Maintenance
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors to provide maintenance, repairs, and calibration services for the Fluke DSX-8000 Optical Time-Domain Reflectometer (OTDR). The procurement aims to ensure compliance with original equipment manufacturer specifications and industry standards, including the provision of a loaner OTDR during maintenance services. This contract is crucial for maintaining the operational readiness of naval equipment, supporting the U.S. Navy's industrial operations in the Pacific. Quotes are due by February 6, 2025, at 10:00 AM HST, and interested parties must contact Colby Teruya or Lyndon Paloma via email for further details. All bidders must be registered with the System for Award Management (SAM) by the award date, and the contract will be awarded in accordance with federal procurement regulations.
    XACT 3D Printer Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking quotations for maintenance services related to the XACT Metal XM200G/G2 printer and associated preventative maintenance kits. This procurement emphasizes the necessity of using brand-name products from XACT Metal, Inc. to avoid costly configuration changes and integration issues, ensuring operational efficiency for the Navy. Proposals are due by February 12, 2025, with evaluations based on the Lowest Price Technically Acceptable criteria, and interested parties must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Lamar Anderson at lamar.b.anderson@navy.mil or by phone at (540) 742-4132.
    MAINTENANCE SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for maintenance support services under a federal contract. The primary objective of this procurement is to secure repair services for specialized equipment related to aircraft maintenance, with a focus on ensuring a Repair Turnaround Time (RTAT) of 120 days and compliance with government inspection requirements. This contract is critical for maintaining operational readiness and supporting foreign military sales commitments, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and capacity constraints, to Alison E. Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 717-605-4443, with the solicitation details available for review.
    J--Modification 2 to Presolicitation Synopsis for Vessel Maintenance Service requirement.
    Buyer not available
    Presolicitation Synopsis for Vessel Maintenance service requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking a Vessel Maintenance service at Joint Base Pearl Harbor-Hickam, Hawaii. This service includes maintenance and repair of vessels, logistic support, support equipment maintenance, vessel operation for maintenance purposes, and inventory management. The contract duration will be a 60 day phase-in, followed by a twelve-month base period, three one-year option periods, and one option to extend services for no more than six months. The procurement is set aside for small businesses and will be awarded as a commercial services contract. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 25, 2016.
    US Navy Virginia Class Submarine Scrubbers Repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is conducting market research to identify qualified contractors for the repair and maintenance of CO2 scrubbers on Virginia-Class submarines. The procurement aims to secure technical assistance, including the removal, re-installation, and operational testing of the 1 and 2 CO2 scrubbers, which are critical for maintaining environmental compliance and operational efficiency aboard naval vessels. This opportunity emphasizes adherence to federal regulations, particularly the Resource Conservation and Recovery Act, ensuring proper management and disposal of hazardous waste generated during maintenance activities. Interested parties must submit their capability statements by February 7, 2025, at 0900 HST, to Amber Burgess at amber.m.burgess7.civ@us.navy.mil, as this notice is solely for market research and not a request for proposals.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit proposals for the Docking Selected Restricted Availabilities (DSRA) of the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77) for fiscal year 2026. The procurement aims to ensure that both vessels are mission-ready and capable of maintaining satisfactory readiness until their next scheduled depot availability, with the USS PEARL HARBOR's DSRA expected to last approximately 19 months from December 2025 to June 2027, and the USS O’KANE's DSRA anticipated to take about 12 months from January 2026 to January 2027. This contract is critical for maintaining the operational capabilities of the Navy's fleet and will require a contractor with substantial facilities and resources to manage extensive ship maintenance, repair, and modernization tasks. Interested parties should monitor the solicitation release on or around February 14, 2025, and must be registered in the Solicitation Module in PIEE and the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil.