Paint Pump Maintenance and Repairs
ID: N32253-25-970-0008Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors for the maintenance and repair of WIWA® equipment. The procurement aims to ensure operational efficiency by providing quarterly maintenance services, which include thorough inspections, fluid testing, minor repairs, and meticulous record-keeping for various equipment types, specifically the WIWA® Herkules and Magnum models. This opportunity underscores the Navy's commitment to maintaining high operational standards while adhering to stringent federal security and operational guidelines. Interested parties must submit their capability statements by 03:00 HST on 01 March 2025, and all inquiries should be directed to the primary contact, Reid Saito, at reid.y.saito.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) seeks a contractor for the maintenance and repair of WIWA® equipment. The contractor will provide quarterly maintenance services, addressing various equipment types, including the WIWA® Herkules and Magnum models. Key requirements involve thorough inspections, fluid testing, minor repairs, and record-keeping. All contractor personnel must be U.S. citizens and pass background checks to access secure areas of the facility. They are prohibited from performing inherently governmental functions and must not establish an employer-employee relationship with government staff. Work hours are restricted to weekdays during normal business hours, excluding federal holidays. Additional guidelines around safety, environmental specifications, and security are provided in attached appendices. This RFP emphasizes the Navy's commitment to maintaining operational efficiency through reliable equipment, highlighting the importance of compliance with stringent federal security and operational standards.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    MH-60R/MH-60S Aircraft Maintenance and Repair
    Dept Of Defense
    The Department of Defense, through the Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), is seeking contractors with experience in MH-60R/MH-60S aircraft maintenance, repair, and overhaul (MRO) services for the U.S. Navy's forward-deployed aircraft in the Indo-Pacific Command Area of Responsibility (AOR). The procurement aims to identify capable contractors who can provide both scheduled maintenance (including PMI-1N and PMI-2N events) and unscheduled maintenance (such as In-Service Repairs and Depot-Level Technical Directives), along with necessary engineering and logistics support. Interested contractors must have facilities capable of supporting 10-13 aircraft simultaneously within 400 nautical miles of NAF Atsugi, and must comply with local engineering specifications and NAVAIR MH-60R/S IMP specifications. For further inquiries, interested parties can contact Jonathan Groeschel at jonathan.j.groeschel.civ@us.navy.mil or Irene Saito at irene.saito@fe.navy.mil.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    16--PWA,SGM II PMC,AIRC, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the PWA, SGM II PMC, AIRC, with a focus on NSN 7RH 1680 015788598. The contractor will be responsible for returning the items to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality requirements, including a required repair turnaround time of 70 days after receipt of the asset. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft components. Interested contractors should contact Jose F. Montes Montiel at 215-697-2558 or via email at jose.f.montesmontiel.civ@us.navy.mil for further details and to discuss the submission of proposals.
    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.
    4320 - FMS repairs for QTY 4 of NSN: 4810 011022473 PN: 3213850-3-1 and QTY 4 of NSN: 4320 012077228 PN 53023-06
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified contractors for the repair of four hydraulic units and four solenoid valves, designated by NSNs 4320 012077228 and 4810 011022473, respectively, for Foreign Military Sales to Taiwan. The procurement is a sole-source requirement directed to Sherwood Avionics and Accessories, although all responsible sources are encouraged to submit capability statements or proposals for consideration. These components are critical for maintaining operational readiness and quality, as they are essential parts of aircraft systems. Interested parties must submit their qualifications, including company information and repair capabilities, to Josh Seltzer at joshua.j.seltzer.civ@us.navy.mil within 45 days of this notice, as the government intends to negotiate under FAR 6.302-1.
    FMS Repair - NIIN 013474420 Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.
    Maintenance of Diesel Generator
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting proposals for the maintenance of a diesel generator (Model: DCA-800SPK, Manufacturer: Denyo Co., Ltd.) at the US Naval Base in Yokosuka, Japan. The selected contractor will be responsible for replacing batteries, engine oil, coolant, various filters, hoses, and conducting checks on multiple components, including a required load test, while ensuring the proper disposal of waste materials. This maintenance service is crucial for the operational readiness of the generator, which plays a vital role in supporting naval operations. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by the specified deadline, with the contract period running from March 1, 2026, to June 30, 2026. For further inquiries, potential bidders can contact Janice Arrieta at janice.o.arrieta.ln@us.navy.mil or by phone at 0468162793.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    Unimac UY25 Washer & Dryer
    Dept Of Defense
    The Department of Defense, specifically the Naval Consolidated Brig Miramar Detachment Pearl Harbor, is seeking to procure new industrial-grade laundry equipment, specifically the Unimac UY25 Washer and compatible dryer, to replace outdated models that are no longer under warranty and frequently fail. The procurement aims to enhance operational efficiency and meet environmental standards by acquiring large-capacity washers and dryers that are durable and suitable for high-frequency use in correctional facilities. The selected contractor will be responsible for providing, installing, and training staff on the new equipment, with a completion deadline set for November 1, 2025. Interested vendors can contact Ken Parker at kenneth.l.parker16.civ@us.navy.mil or Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil for further details.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.