Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 5 PM
Solicitation
J b p h h Hawaii

Dismantle DXX Tower No.1

Details

Solicitation ID N32253-25-Q-1008
Posted Date 26 Jun 2025 at 5 PM
Response Date 07 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Pearl Harbor Naval Shipyard Imf
Agency Department Of Defense
Location J b p h h Hawaii United states 96860

Sign up to access Documents

Signup now

06/26/2025  Solicitation PWS Amendment and Site-Visit Information See Attached :
The purpose of this amendment is to incorporate the following:

  1. Revise solicitation document to update contact information and include updated PWS-- see Solicitation_N3225325Q1008_Rev3.
  2. A site visit will be conducted on 1 July 2025, see encl(3)_Site_Visit_Information_July1. Must RSVP by FRIDAY, 27 JUNE 2025 at 08:00 AM HST. 

05/15/2025 Revised Propsal Due Date & Estimated Period of Performance.

The purpose of this amendment is to incorporate the following:

  1. Revising the estimated PoP from 07/01/25 – 01/05/2026 to 08/01/2025 – 02/06/2026,
  2. Adjusting the propsal due date from 05/21/25 to 07/07/2025,
  3. Extend the question due by date from  05/13/2025, 8:00 am HST to 06/23/2025,  8:00 am HST.

The Government will provide an updated site visit date and time once this information is received.

05/13/2025 Site-Visit Cancelation & Reschedule: 

The site visit originally scheduled for 15 May 2025 at 9:00 AM has been canceled. The Government will provide an updated site visit date and time once this information is received.

05/12/2025  Solicitation Amendment, Q&A, and Site-Visit Information See Attached :

SUMMARY OF CHANGES
The purpose of this amendment is to incorporate the following:

  1. Revise solicitation document see solicitation_N3225325Q1008_Rev1.
  2. A site visit will be conducted on 15 May 2025, see encl (1).
  3. Provide Q&A, see encl (2).
  4. Add applicable attachments (Wage Determination & Fillable Hot Work Permit)

PHNSY & IMF requires a service contract to disassemble, palletize and relocate a metal framed tower (17'L x 17'W x 40'H). The contractor shall provide one individual as a Project Manager who is responsible for the planning, scheduling, managing the execution of work concerning all aspects of this contract. Additional details and specifications can be found in the Performance Work Statement (PWS), enclosed in the attached Solicitation N3225325Q1008. The government intends to award a single Firm Fixed Price contract.

The tentative Period of Performance (POP) for this service is 01-Aug-2025 - 06-Feb-2026.

This notice is 100% set aside for small business. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238910 Site Preparation Contractors. The Product Service Code is P500 Salvage - Demolition of Structures / Facilities (other than buildings).

Please note the following:

• The solicitation number for this requirement is N32253-25-Q-1008.

• Quotes are due no later than Monday, 07/07/2025 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) 2025-02, DFARS 12/18/2024, and NMCARS 18-22.

• Technical Approach: In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal. Please submit a technical proposal (not to exceed 10 pages) that clearly demonstrates thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. The proposal must contain sufficient details so that it may be evaluated in accordance with the PWS and comply with the period of performance set forth in the solicitation. Non-conformance will deem an Offeror ineligible.

• All quotation submissions need to include completion of FAR 52.204-24,52.204-26, and 52.212-3.

• As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a.and 30a.- 30c. (SF 1449 page 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 https://sam.gov/ website to view potential amendments and procurement notifications for this solicitation.

• Submit an itemized breakdown of the price quote that clearly and concisely describes and defines the contractor’s response to the requirements contained in the solicitation. If required, travel costs including airfare, lodging, rental car, per diem, shall be included. If required, travel shall be in accordance with current Department of Defense (DoD) Joint Travel Regulations and Federal Acquisition Regulations (FAR) 31.204-46. Travel receipts shall be, provided upon request.

All questions regarding solicitation N32253-25-Q-1008 shall be submitted in writing via email to the listed POCs.

Questions are due by Tuesday, 06/23/2025,  8:00 am HST

Attachments:

APPENDIX I - Safety and Health Work Practices PHNSY & IMF

APPENDIX II - Environmental Protection

APPENDIX III - Contractor Cranes on Base

APPENDIX IV - Contractor Security Requirements

ATTACHMENT I - OPSEC Contract Requirements

ATTACHMENT II - Fillable Hot Work Permit

Service Contract Act WD # 2015-5689

Similar Opportunities

J b p h h Hawaii 07 Jul 2025 at 6 PM
J b p h h Hawaii 07 Jul 2025 at 6 PM

Similar Awards

J b p h h Hawaii Not Specified
J b p h h Hawaii Not Specified
Location Unknown 09 Feb 2018 at 11 PM