Dismantle and Package Canvas Mobile Shelter System for Disposal
ID: N32253-26-Q-0010Type: Solicitation
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 & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a qualified contractor to dismantle and package a 40’ x 60’ x 28’ canvas mobile shelter system for disposal. The contractor will be responsible for providing all necessary labor, equipment, tools, and materials to complete the dismantling and packaging process, with the period of performance tentatively scheduled from December 15, 2025, to January 31, 2026. This procurement is crucial for maintaining operational readiness and safety at the naval facility, and it is set aside for small businesses, with a total funding amount of up to $19 million. Interested parties must submit their quotes by November 21, 2025, at 7:00 AM HST, and are encouraged to contact Reid Saito or Evangeline Calaustro for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is Amendment 0001 to Solicitation N3225326Q0010, issued by PEARL HARBOR NAVAL SHIPYARD IMF. The amendment modifies the original solicitation by adding Clause 52.237-1, "Site Visit," and extending the bid due date. The new bid due date is November 21, 2025, at 7:00 AM HST, changed from the previous date of November 14, 2025. All other terms and conditions of the original solicitation remain unchanged. The amendment also specifies procedures for offerors to acknowledge receipt, including completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge receipt by the deadline may result in the rejection of the offer. The document includes administrative details such as the effective date of the amendment (October 30, 2025) and contact information for Reid Saito, the contracting officer.
    This government solicitation (N3225326Q00100001) is a Women-Owned Small Business (WOSB) Request for Proposal (RFP) for the dismantling and packaging of a Canvas Mobile Shelter System for disposal. The contract, valued at up to $19,000,000.00, is set aside for WOSB concerns. Key requirements include a detailed technical proposal, an Environmental Protection Plan, and an itemized price breakdown. The period of performance is from December 15, 2025, to January 31, 2026, at the Pearl Harbor Naval Shipyard. Offerors must complete various certifications, including small business status and representations regarding federal taxes and foreign business operations. Payment will be processed through Wide Area WorkFlow (WAWF). The solicitation also incorporates numerous FAR and DFARS clauses governing contract terms, conditions, and evaluations.
    This government solicitation, N3225326Q0010, is a Request for Proposal (RFP) issued by the Department of the Navy for the dismantling and packaging of a Canvas Mobile Shelter System for disposal. The contract is set aside for Women-Owned Small Businesses (WOSB) and has a North American Industry Classification Standard (NAICS) code of 238910 with a size standard of $19,000,000.00 USD. The period of performance is from December 15, 2025, to January 31, 2026, with work to be performed at the Pearl Harbor Naval Shipyard IMF. Offerors must submit a detailed technical proposal, an Environmental Protection Plan, and an itemized price breakdown. Payment will be made via Wide Area WorkFlow (WAWF) and is contingent upon the availability of appropriated funds. The solicitation includes various FAR and DFARS clauses, with specific instructions for offeror representations and certifications, particularly regarding small business status and compliance with federal regulations.
    Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) seeks a contractor to dismantle a 40’ x 60’ x 28’ canvas mobile shelter system and package it for disposal. The contractor must provide a Project Manager and an Industrial Hygienist, submit an Environmental Protection Plan (EPP), a Plan of Action and Milestones (POAM), a Safety Plan, and a Hot Work Checklist and Permit. All work must comply with federal, state, and OSHA requirements, including safety, environmental, and security protocols. The contractor is responsible for providing all necessary equipment, qualified personnel, and ensuring proper handling and disposal of materials. Disassembled components must not exceed specific weight and dimensions, be labeled, and relocated to a government-designated area within a one-mile radius. Strict security requirements, including background checks and base access procedures, apply to all contractor personnel.
    The document outlines comprehensive safety and health requirements for contractors working with Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), emphasizing the Navy's priority on worker safety. It details compliance with Federal OSHA standards, Navy safety standards, and local requirements, noting PHNSY&IMF's recognition as an OSHA STAR site. Contractors must commit to an effective occupational safety and health management system encompassing management leadership, worksite analysis, hazard prevention, and training. Key requirements include submitting a safety and accident prevention plan, promptly reporting injuries, maintaining clean work areas, ensuring PPE compliance, understanding fire safety plans, and adhering to strict protocols for hazardous materials such as asbestos, silica, MMVF, lead, mercury, and confined space entry. The document also specifies PHNSY&IMF's right to conduct oversight inspections to ensure compliance and support VPP efforts.
    The “Environmental Protection Guidelines for Contractors on Facilities Projects at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility” outlines mandatory environmental compliance requirements for contractors. All contractors must adhere to Federal, Hawaii State, and local environmental regulations and specific PHNSY&IMF policies. Key requirements include appointing a qualified Environmental Manager with five years of experience, completing ECATTS training, and attending an environmental brief. Contractors must submit an Environmental Protection Plan within 45 days of contract award, detailing waste management, spill prevention, and air/water pollution controls. The document also specifies strict guidelines for hazardous materials, waste disposal (including hazardous, non-regulated, asbestos, and PCB waste), and spill reporting. Daily inspections, immediate correction of non-compliances, and proper handling of construction debris and storm water runoff are essential. The guidelines also detail proper procedures for hydroblasting, sandblasting, painting, and managing ozone-depleting substances, ensuring environmental protection and compliance throughout all project phases.
    This document outlines comprehensive security requirements for contractors accessing various sensitive areas within the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY&IMF), including the Controlled Industrial Area (CIA), Security Islands (SI), Controlled Nuclear Information Areas (CNIA), and Nuclear Work Areas (NWA). Key requirements include mandatory U.S. citizenship for all personnel, specific Shipyard Access Control Badges (SACBs) based on clearance levels (Green for CIA, Yellow for C-NSI/unclassified NNPI, Red for RD/NNPI), and Department of Defense Facility and Personnel Clearances for unescorted access to more sensitive zones. The document details procedures for visit requests, SACB issuance, vehicle access and parking restrictions, material control, and prohibitions on photography and unauthorized Portable Electronic Devices (PEDs). Contractors must adhere to strict operational hours, security training, and accountability protocols for badges and equipment, with all exceptions requiring prior approval from the Security Office.
    This government file outlines the requirements for contractor-operated cranes and rigging equipment at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNS&IMF). It details the procedures contractors must follow for crane arrival, operation, and accident reporting, emphasizing compliance with NAVFAC P-307, OSHA, and ASME standards. Key requirements include advance notification, contractor point of contact designation, submission of a Contractor Mobile Crane Entry Package, and adherence to specific safety regulations such as ground loading limitations and critical lift plans. The document also provides comprehensive definitions and reporting protocols for crane and rigging accidents, near misses, and unplanned occurrences, ensuring thorough investigation and corrective actions. Enclosures include forms for Waterfront Crane/Vehicle Usage Request, Certificate of Compliance, Contractor Crane and Rigging Operation Checklist, and accident/near miss reports, highlighting the stringent safety and operational framework for weight handling equipment on Navy property.
    This document outlines the Operations Security (OPSEC) contract requirements for the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). Its purpose is to protect sensitive, Critical Information (CI) from adversaries. Contractors are responsible for preventing inadvertent disclosure of unclassified or classified information, which includes Personally Identifiable Information (PII), operation schedules, equipment details, and critical infrastructure identification. An OPSEC plan may be required, or contractors may only need to acknowledge these basic requirements. Prohibited activities include publicizing CI in newsletters or on public websites/social media, and transmitting CI to personal email accounts. Strict controls apply to Personal Electronic Devices (PEDs), including cameras, within shipyard work areas. Contractors must report any unauthorized disclosures immediately. Failure to comply can result in contract termination, removal of personnel, and potential criminal prosecution.
    This document, part of Solicitation N32253-26-Q-0010, compiles questions and answers regarding a Canvas Mobile Shelter System (MSS) project. Multiple inquiries from potential contractors focused on obtaining visual references (photos, videos, drawings), detailed specifications (manufacturer, make, model, dimensions, frame type, panel specifications, connection details), and the possibility of a site visit. In response to requests for visual and technical data, the government consistently stated that approval to post such information was pending security clearance. However, a site visit was scheduled for Friday, November 14, 2025, at 9:00 AM HST, at Joint Base Pearl Harbor Hickam. Interested parties must email their name and contact information to the primary and secondary points of contact by Monday, November 3, 2025, at 9:00 AM HST to attend. This Q&A highlights the contractors' need for comprehensive information to accurately scope proposals and the government's process for releasing sensitive project details.
    This document, "Questions and Answers for Solicitation N32253-26-Q-0010 VERSION 2," addresses inquiries regarding a government solicitation, likely for an RFP related to a canvas mobile shelter system. Key questions revolve around visual information of the structure and work area. The government's responses indicate that photos are pending security clearance. A site visit has been scheduled for Friday, November 14, 2025, at 9:00 AM HST on Joint Base Pearl Harbor Hickam, with interested parties required to RSVP by Monday, November 3, 2025, at 9:00 AM HST. Additionally, questions regarding the manufacturer, make, model, and as-built/data-plate information for the Canvas Mobile Shelter System are directed to an "Attachment 'User Manual Installation Guide'." The document highlights the need for visual and technical information to accurately prepare proposals for this government contract.
    The document "Questions and Answers for Solicitation N32253-26-Q-0010 VERSION 3" addresses inquiries regarding a solicitation, likely for the removal or modification of a canvas mobile shelter system. Key questions revolve around visual documentation of the structure and work area, with the updated answer consistently directing interested parties to "Nine (9) images posted to the Attachments." Further questions sought details on the shelter's manufacturer and specifications, for which the "User Manual Installation Guide" was provided as an attachment. A crucial aspect of the solicitation is the scheduled site visit on FRIDAY, 14 NOVEMBER 2025, at 9:00 am HST on Joint Base Pearl Harbor Hickam, with a deadline for interested parties to email contact information by MONDAY, 03 NOVEMBER 2025, at 9:00 am HST. This Q&A document aims to provide essential information to potential bidders, clarifying scope and logistical details for the project.
    The document, "Questions and Answers for Solicitation N32253-26-Q-0010 VERSION 4," addresses inquiries regarding a canvas mobile shelter system, likely for a government procurement or contract. Key information includes details on the canvas part count (found in the User Manual/Installation Guide), unknown total weight, and specific laydown area dimensions (20’ x 20’ on both sides of the tent). The Naval Shipyard (PHNSY) will remove items inside the tent, and the contractor is only responsible for packaging dismantled shed pieces, not transportation. Keel blocks can be moved to the side nearby. Multiple questions regarding photos, videos, and visual references led to nine images being posted to the Attachments. A site visit was scheduled for Friday, November 14, 2025, at 9:00 AM HST, on Joint Base Pearl Harbor Hickam, with interested parties required to email contact information by Monday, November 3, 2025. The manufacturer, make, model, dimensions, frame type, and panel specifications are available in the "User Manual Installation Guide" attachment.
    The document is an installation guide for the 300290 - Hawaii - NG3 40’ x 60’ x 14’1” (12.2m x 18.3m x 4.5m) Mobile Shelter System, Inc. mobile hall. It provides detailed instructions, diagrams, and part lists for the assembly of the shelter, covering everything from general dimensions and main components to the specific steps for mounting trusses, wind columns, purlins, support tubes, and wires. The guide also details the process of installing and tensioning the canvas roof, gables, and doors, including the various types of doors and their unique installation requirements. Crucially, it specifies the types and quantities of bolts, wires, shackles, and turnbuckles to be used, with minimum working load and breaking load limits for safety. The document also provides specific instructions on ground anchoring, ensuring stability and proper alignment of the structure. This comprehensive manual serves as a critical resource for the correct and safe erection of the mobile shelter, ensuring compliance with structural and material specifications.
    This government file, Wage Determination No. 2015-5689, outlines the minimum wage rates and fringe benefits for service contract employees in American Samoa, Hawaii, and Johnston Island, effective July 8, 2025. It specifies two primary Executive Orders: EO 14026, requiring a minimum of $17.75 per hour for contracts entered into or renewed after January 30, 2022; and EO 13658, requiring $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed. The document details specific wage rates for numerous occupations across various sectors, from administrative support to technical roles, and includes provisions for health and welfare benefits, vacation, and eleven paid holidays. It also addresses special pay differentials for hazardous work, uniform allowances, and the process for conforming unlisted job classifications and wage rates.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    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.
    NAVAIR Mobile Facilities Procurement
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Joint Base MDL, NJ, is seeking proposals for the procurement of Mobile Facilities (MF) under presolicitation notice N68335-26-R-0354. The contract will involve the production and delivery of mobile habitable shelters, specifically designed to support Marine Corps avionics testing in austere environments, with dimensions of eight feet wide by 20 feet long by eight feet high. The government plans to acquire six types of MFs and conduct First Article Testing based on government drawing 1339AS, utilizing a best value approach for evaluation based on technical capabilities, past performance, and pricing. Interested vendors must submit proposals electronically via the Procurement Integrated Enterprise Environment and ensure registration in the System for Award Management (SAM) database prior to award consideration. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Kieran Connolly at kieran.m.connolly2.civ@us.navy.mil.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    USS CANLEY Oily Waste Removal
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking qualified contractors for the removal of oily waste from the USS JOHN L. CANLEY (ESB-6) at Naval Base Pearl Harbor, Hawaii. The contractor will be responsible for identifying, handling, storing, transporting, and disposing of approximately 15,000 gallons of oily waste, which consists of about 5% oil (primarily diesel fuel and engine lube oil) and 95% fresh water, with no known hazardous materials present. This procurement is set aside for small businesses, with a firm-fixed price purchase order anticipated, and quotes are due by December 8, 2025, at 10:00 AM Pacific Time. Interested parties should contact Matthew Bruce at matthew.s.bruce5.civ@us.navy.mil or Rey Estrada at amador.r.estrada.civ@us.navy.mil for further details.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    USNS HENRY J. KAISER FY 27 ROH/DD Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking eligible businesses for the Regular Overhaul/Dry-Docking (ROH/DD) Availability of the USNS HENRY J. KAISER (T-AO 187), with work anticipated to commence around December 15, 2026, for a duration of 120 calendar days on the West Coast. The project requires facilities capable of accommodating the vessel's dimensions, including a length of 677.5 feet, a beam of 97.5 feet, and specific draft requirements, with major work items encompassing tank preservation, engine maintenance, deck tile replacement, hull cleaning, and painting. Interested contractors, particularly small businesses including Service-Disabled Veteran-Owned, HUBZone, and Section 8(a) firms, are encouraged to respond to this sources sought notice, with responses due by December 15, 2025, at 1:00 PM Eastern Time, directed to Bryan Makuch at bryan.j.makuch.civ@us.navy.mil. The anticipated solicitation date is January 17, 2026, under NAICS Code 336611, with a size standard of 1,300 employees.
    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.
    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.
    L019 - Safe Haven lay/docking services.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.