Dismantle DXX Tower No.1
ID: AMS-25-2310-0002Type: Presolicitation
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, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified small businesses to perform the dismantling, palletizing, and transport of the DXX Tower No.1 steel framed tower at Joint Base Pearl Harbor Hickam, Hawaii. The objective of this procurement is to clear spaces to enhance the operational efficiency of PHNSY & IMF. This requirement is a 100% small business set-aside under the NAICS code 238910 for Site Preparation Contractors, with a tentative performance period from July 1, 2025, to January 5, 2026. Interested parties should prepare for the forthcoming solicitation, expected to be posted around April 30, 2025, and may contact Aaron Miller at aaron.k.miller22.civ@us.navy.mil or Lynn Imperial at lynn.s.imperial.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Dismantle DXX Tower No.1
    Currently viewing
    Presolicitation
    Similar Opportunities
    Mobile at Sea Sensor System Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Mobile at Sea Sensor System Support Services at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The procurement aims to secure range support services for the MATSS vessel, which is crucial for naval operations and testing. Offerors must possess a Seaport contract to access the Seaport NxG portal for proposal submission, as all proposals will be accepted exclusively through this platform. Interested parties can reach out to Marcella G. Webber at marcella.webber@navy.mil or by phone at 951-373-4454 for further information.
    Haleiwa Small Boat Harbor Maintenance Dredging and Revetted Mole Repair, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is seeking letters of interest from prime contractors for a potential Design-Bid-Build construction project focused on maintenance dredging and revetted mole repair at Haleiwa Small Boat Harbor in Oahu, Hawaii. The project aims to restore the harbor to its authorized depths and ensure safe vessel navigation by conducting mechanical clamshell dredging to remove approximately 4,500 cubic yards of accumulated sediment, alongside necessary repairs to the revetted mole structure. Interested contractors must demonstrate relevant experience and capabilities, with an estimated project value between $2 million and $5 million, and responses are due by 2:00 p.m. Hawaii Standard Time on December 24, 2025, to the designated contacts, Jenna Lum and Jennifer Ko.
    Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for the Manele Small Boat Harbor Breakwater Repair project in Lanai, Hawaii. The project involves maintenance repairs of the rubble mound breakwater, including resetting existing stones and providing new stones as needed, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for maintaining coastal infrastructure and ensuring safe navigation in the area. Interested contractors must submit their qualifications and relevant experience by December 24, 2025, at 2:00 p.m. Hawaii Standard Time, to the designated contacts, Christie Lee and Jennifer Ko, via email.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    USS Rafael Peralta (DDG-115)6A1 CMAV ICN/KO: 38K6A99101-A01,38K6A62501 -A01
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for scaffolding installation and removal services in support of the USS Rafael Peralta (DDG-115) at Yokosuka Naval Base, Japan. The contract is specifically aimed at firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) that are authorized to operate in Japan, emphasizing compliance with NAVSEA and SRF-JRMC standards for quality assurance and operational procedures. Proposals must be submitted by December 19, 2025, at 10:00 AM Japan Standard Time, with access to detailed work specifications available through DoD SAFE upon request by December 15, 2025. Interested parties can contact Yoko Yamaguchi at yoko.yamaguchi.ln@us.navy.mil for further inquiries.
    J056--ACC Pharmacy Preparation and Demolition Project # 459-26-003
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Pacific Islands Health Care System, is seeking qualified contractors for the "ACC Pharmacy Preparation and Demolition Project 459-26-003." This project entails the demolition of existing structures, replacement of flooring, and the relocation and installation of utilities in the prescription preparation area to accommodate new equipment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated value between $250,000 and $500,000. Interested contractors must be registered in the System for Award Management (SAM) and verified as SDVOSB to be eligible for award. The solicitation is expected to be released around mid-late December 2025, and inquiries can be directed to Contract Specialist Christopher Aguon at christopher.aguon@va.gov.
    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.
    Production Support: Forklift Drivers
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers under a firm-fixed-price contract. The procurement aims to secure skilled labor for forklift operations, essential for the shipyard's ongoing repair and maintenance activities, ensuring compliance with safety and operational standards. The contract period is anticipated to commence on January 5, 2026, and run through March 31, 2026, with an option to extend until June 30, 2026. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details.
    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.
    NSA PANAMA CITY - FL - FREESTANDING JIB CRANE
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified 8(a) small businesses for the installation of a freestanding jib crane at Naval Support Activity Panama City in Florida. The project entails design, engineering, selective demolition, and construction to install a 10,000 lb rated jib crane, including structural analysis, foundation construction, and electrical system integration. This procurement is crucial for enhancing operational capabilities at the facility, and interested vendors must submit their capability statements by December 29, 2025, to Cheryl Wilson at cheryl.l.wilson77.civ@us.navy.mil, ensuring compliance with all submission requirements.