SOLICITATION NOTICE
J -- X-Ray Installation
- Notice Date
- 3/19/2026 6:33:02 PM
- Notice Type
- Solicitation
- NAICS
- 811210
—
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N32253-26-Q-0039
- Response Due
- 3/25/2026 3:00:00 PM
- Archive Date
- 04/09/2026
- Point of Contact
- Jodie Tramuto, Lyndon Paloma
- E-Mail Address
-
jodie.l.tramuto.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil
(jodie.l.tramuto.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility�s (PHNSY& IMF) primary mission is to provide regional maintenance at the depot and intermediate levels and to keep the surface ships and submarines of our nation's navy ""Fit to Fight."" As Hawaii�s regional maintenance center, capabilities include excellence in overhauling, repairing, converting, alteration, refurbishing, and decommissioning of Navy vessels. Non-Destructive Testing Lab must have the capability to conduct nuclear and non-nuclear inspections, develop and evaluate film, and process Hazardous Material (HAZMAT) / Hazardous Waste (HAZWASTE). Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) releases a request for quote (RFQ) for a Firm Fixed Price contract for services to install and program a replacement Gulmay X-Ray controller (Gulmay MP1/23 Type III) for Non-Destructive Testing X-Ray Shielded Cabinet Enclosure system. Additional details and specifications can be found in the attached Performance Work Statement (PWS). The tentative period of performance for this service is 3/30/2026 � 6/30/2026. The location of the performance is Joint Base Pearl Harbor Hickam, Hawai�i. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811210 � Electrical measuring instrument repair and maintenance services; the size standard for this NAICS is $34 million. Product Service Code is J066 Maint/repair/Rebuild of Equipment � Instruments and Laboratory Equipment. Please note the following: The solicitation number for this requirement is N32253-26-Q-0039. Quotes are due no later than Wednesday, 03/25/2026 at 1200pm HST. Quotes must be sent via email to both the primary and secondary points of contact. 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 and 30a-c (page 1) and CLIN information for item 0001 (page 3). Submission of a signed offer to the Government constitutes agreement with and acceptance of all solicited terms and conditions. In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 8 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. Provide an itemized price breakdown of the quote that clearly and concisely describes and defines the contractor's response to the requirements contained in the solicitation. Provide travel costs breakdown including airfare, lodging, rental car, and per diem, shall be included. The travel cost shall be in accordance with current Department of Defense (DoD) Joint Travel Regulations (JTR). 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. Contract award will be in accordance with FAR 52.212-2 as stated in the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6adff5f5a91e43118b5d6ebecbd054bc/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07750589-F 20260321/260319230046 (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 |