Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2026 SAM #8844
SOURCES SOUGHT

P -- Dismantle and Remove Milling Machine

Notice Date
2/10/2026 10:47:48 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
AMS-26-900-0006
 
Response Due
2/17/2026 1:00:00 PM
 
Archive Date
03/04/2026
 
Point of Contact
Colby Teruya, Lyndon Paloma
 
E-Mail Address
colby.m.teruya.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil
(colby.m.teruya.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION TO BID. In accordance with the Revolutionary Federal Acquisition Regulation Overhaul (RFO) 10.001, this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation. This notice is to determine the availability of businesses through full and open competition to provide the required services. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking information from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), Women-Owned Small Businesses (WOSBs/EDWOSBs), and other Small Business vendors that are interested and capable to perform on-site dismantling, removal, and palletizing services for two (2) Monarch milling machines, per Draft Performance Work Statement (PWS) specifications. The primary North American Industry Classification System (NAICS) code assigned to this procurement is 238910 � Site Preparation Contractors (Size Standard: $19M). The Product Service Code is P500 - Salvage Demolition of Structures/Facilities (Other Than Buildings). This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. If your organization has the capability of performing these services, please provide the following information: Organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, SAM.gov unique entity ID; and Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Interested vendors should submit a capability statement addressing: � Business name, address, and UEI � Socioeconomic status (SDVOSB, VOSB, WOSB/EDWOSB, Small Business) � Point of contact information � Relevant experience within the last five years � Technical capabilities and equipment � Ability to perform work in Hawaii � Bonding capacity (single and aggregate) � Potential subcontracting needs � Feedback on the feasibility of a multi-tiered (cascading) set aside Submission Instructions: Interested parties who consider themselves qualified to perform requirements in accordance with the above and attached draft Performance Work Statement are invited to submit their capability statement electronically in PDF or Word format not exceeding 10 pages. The capability statement shall be submitted to the below POCs before 17 February 2026 at 11:00 AM HST. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. To be evaluated for technical merit and capability, statements must be received by the stated deadline. In determining whether to compete this requirement, the Government has sole discretion. Responses to this Sources Sought Notice are due by 11:00 AM HST on 17 February 2025. All questions and responses regarding this Sources Sought Notice must be emailed to the primary point of contact below.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a1d0d60df1e742f4a28b3401e921e240/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN07712083-F 20260212/260210230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.