Add Bids
Search By Category/Country/Location by state
Bid Entry Form
Project/Contract Name:
City:
Location by state:
Select Country/Location by state
Alabama
Alaska
American Samoa
Arizona
Arkansas
Baker Island
California
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Guam
Hawaii
Howland Island
Idaho
Illinois
Indiana
Iowa
Jarvis Island
Johnston Atoll
Kansas
Kentucky
Kingman Reef
Louisiana
Maine
Maryland
Massachusetts
Michigan
Midway Atoll
Minnesota
Mississippi
Missouri
Montana
Navassa Island
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Northern Mariana Islands
Ohio
Oklahoma
Oregon
Palmyra Atoll
Pennsylvania
Puerto Rico
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
United States Minor Outlying Islands
United States Virgin Islands
Utah
Venezuela
Vermont
Vietnam
Virginia
Wake Island
Washington
West Virginia
Wisconsin
Wyoming
Yemen
Category:
Select Category
Accounting/Audit/Administration
Business Consulting
Construction
Educational Services
Engineering
Food Catering Services
Healthcare/Medical Supplies
Janitorial
Landscaping
Legal
Logistics
Professional Services
Real Estate
Transportation Services
Tree Removing Service
Agency Contact Information:
Phone Number:
Bid/Proposal Due Date:
Bid Close Date:
Bid Walkthrough Date:
Estimate:
Term:
Classifications:
Description:
Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is a US Navy regional industrial center that maintains, overhauls and repairs various vessels of the US Navy. Its industrial operations provide the US naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support to submarines, surface vessels and shore-based activities in the Pacific. PHNSY & IMF requires a contractor to supply a Manufacturer Trained and Certified Technician to repair one (1) Studer S41 CNC grinding machine to a fully operational condition. The Contractor shall provide annual preventive maintenance, calibration, and remedial service, to include an inspection report of work performed. Additional details and specifications can be found in the attached Performance Work Statement (PWS). The tentative period of performance for this service is 03/23/2026 to 03/22/2031. The period of performance includes a base and four (4) option years. If you are unable to meet the period of performance date, please submit soonest availability with submission of quotation. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310 –Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; size standard for this NAICS is $12,500,000. The Product Service Code is J049 – Maintenance, Repair and Rebuilding of Equipment: Maintenance and Repair Shop Equipment. Please note the following: The solicitation number for this requirement is N32253-26-Q-0031. Quotes are due no later than Tuesday, 03/10/2026 at 11:00AM 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) 2025-03, DFARS 01/17/2025, NMCARS 18-22. In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 10 pages) that clearly demonstrate 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. All quotation submissions need to include completion of FAR and DFARS provisions, see solicitations for details. As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a and 30a-30c (SF 1449 page 1) and CLIN information SF 1449 pages 3) completed…submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions. 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. As described in Addendum to 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services in solicitation N32253-26-Q-0031, all quotation submissions are required to submit an itemized price breakdown. Offerors are encouraged to use the attached "Price-Cost Breakdown Table 26Q0031.docx" or similar document/itemization schedule. All questions regarding solicitation N32253-26-Q-0031 shall be submitted in writing via email to the listed POCs
Submit Bid