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
    Buyer not available
    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.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    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
    Buyer not available
    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.
    HOSE ASSY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is seeking qualified vendors to provide a specific hose assembly as outlined in solicitation number SPMYM426Q3097. The procurement involves a total of 30 units of a 4” diameter by 50’ long hose assembly, which must meet stringent specifications for use in a marine environment, including high UV protection and abrasion resistance. This requirement is a 100% Small Business Set-Aside, emphasizing the importance of supporting small businesses in defense contracting. Interested parties must submit their quotes, including technical specifications and certifications, by the deadline of MM/DD/2025 at 2 PM HST, and can direct inquiries to Leo Li at leo.y.li.civ@us.navy.mil.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, with proposals due by December 2, 2025.
    J056--ACC Pharmacy Preparation and Demolition Project # 459-26-003
    Buyer not available
    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.
    2 (two) 5K Forklift Lease and Maintenance for 12 Months plus two 12 months option periods.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking proposals for the lease and maintenance of two 5K forklifts for a duration of 12 months, with the option to extend for two additional 12-month periods. This procurement aims to ensure the availability of reliable material handling equipment, which is crucial for operational efficiency at the specified location. Interested vendors should note that this opportunity is set aside for small businesses, in accordance with FAR 19.5, and the primary point of contact for inquiries is Brandon Lee, who can be reached at brandon.r.lee.civ@us.navy.mil. Proposals must be submitted in accordance with the solicitation guidelines, with further details available upon request.
    Sources Sought for Pearl Harbor Tug Support
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information for a potential contract to acquire four U.S. flag tractor tugs for harbor support and ship handling at Naval Base Pearl Harbor, Hawaii. The requirement includes time-chartered tugs for a period starting March 1, 2027, with a one-year firm period and multiple one-year and 11-month options, concluding on January 31, 2032. These tugs will provide essential services such as towing, pilot transfers, emergency support, and line handling, available 24/7, and must meet specific operational characteristics. Interested parties are required to submit company details, financial capability, tug specifications, estimated daily rates, and fuel consumption rates by December 9, 2025, to Ashley M. Smith-Sallinger or Stephanie Ricker via the provided contact information.
    HAB: Post office Space
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting quotes for the provision of post office space in Japan. This procurement is part of a total small business set-aside initiative, aimed at supporting small businesses in the institutional furniture manufacturing sector, as indicated by the NAICS code 337127. The goods and services sought are crucial for the operational efficiency of military logistics and communication within the region. Interested vendors should direct their quotes to Lily Nguyen at lily.nguyen@navy.mil, referencing the solicitation attached to the pre-solicitation notice posted on November 24, 2025.