SOLICITATION NOTICE
J -- Wire EDM Annual Preventative Maintenance
- Notice Date
- 2/23/2026 9:23:43 AM
- Notice Type
- Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N32253-26-Q-0032
- Response Due
- 3/6/2026 10:00:00 AM
- Archive Date
- 03/21/2026
- Point of Contact
- Malia Hutton
- E-Mail Address
-
malia.e.hutton.civ@us.navy.mil
(malia.e.hutton.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- PHNSY & IMF seeks a contractor to provide a manufacturer trained certified technician to provide preventative maintenance, repair, calibration, and remedial services on six Electrical Discharge Machines (EDM�s). The Contractor shall provide annual preventive maintenance, repair, calibration, and remedial service, to include an inspection report of work performed in accordance with the attached Performance Work Statement (PWS). The tentative period of performance for this service is 3/23/2026 � 3/22/2031, with (4) additional option years. If you are unable to meet the Period of Performance date, please submit soonest availability with submission of quote. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310; the size standard for this NAICS is $12.5 Million. Product Service Code is J049 - Maint/Repair/Rebuild of Equipment�Maintenance and Repair Shop Equipment. Please note the following: The solicitation number for this requirement is N32253-26-Q-0032. Quotes are due no later than Monday, 3/6/2026 at 8:00 a.m. HST. Quotes must be sent via email to both the primary and secondary points of contact. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2025-06, DFARS 11/10/2025, and NMCARS 18-22. This solicitation includes DFARS 252.204?7021 and 252.204?7025, requiring compliance with Cybersecurity Maturity Model Certification (CMMC) for contracts involving FCI or CUI on unclassified systems, effective November 10, 2025. Offerors must hold a valid CMMC Level 1 (Self?Assessment) certification at the time of award and throughout contract performance. The Government will verify certification status at award, and any offeror without a valid Level 1 certification at that time will be ineligible for award. As part of the price quote package, the Offeror shall submit a completed SF 1449, including Block 17a (include Contractor name, address, telephone number, and CAGE CODE) and blocks 30 a-c (to be completed and signed by an authorized representative/official). CLIN quotes for 0001, 1001, 2001, 3001, 4001 shall be completed. Submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions. In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 5 pages) that clearly demonstrates thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible. The Government may revise the solicitation at any time by means of an Amendment. It is an offeror�s responsibility to ensure it is accessing the Government Point of Entry (GPE) website, https://sam.gov/, to view potential amendments and procurement notifications for this solicitation. Labor, travel and materials shall be included. Travel, airfare, lodging, rental car, and per diem shall be in accordance with current Department of Defense Joint Travel Regulations (JTR) and Federal Acquisition Regulations (FAR) 31.205- 46. Travel receipts shall be, provided upon request. Contract award will be in accordance to 52.212-2 (and it�s addendum) as stated in the solicitation. All questions regarding solicitation N32253-26-Q-0032 shall be submitted in writing via email to the listed POCs. Questions are due 2/27/2026 8:00AM HST to malia.e.hutton.civ@us.navy.mil and evangeline.b.calaustro.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3fd58779e0dc49dfa0ca350b01d1540c/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07723847-F 20260225/260223230037 (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 |