Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

August 17, 2023

September 1, 2023

September 22, 2023

667 Safeguard St

Service, Maintenance and Supply

No Information to Display

No Information to Display

Public - Federal

img_map_placeholder

667 Safeguard St, Honolulu, HI

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe to View Full Documents

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. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) requests quotes sources that are capable of performing services to remove and dispose thirty-seven (37) docking blocks. Docking blocks are used during maintenance and repair of Naval vessels. The Contractor shall provide all labor, equipment, tools and materials to remove the docking blocks and properly dispose of or recycle the material. The Contractor shall have salvage rights to all scrap material generated as a result of the demolition. Requirement detail is available in the performance work statement of the solicitation. The tentative period of performance for this service is 1 September 2023 to 22 September 2023. 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 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 N32253-23-Q-0061. Quotes are due no later than Thursday, 08/17/2023 at 2:00 p.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) 2023-04, DFARS 06/09/23, and NMCARS 18-22. In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 3 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 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 1) and CLIN information (0001, 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. Travel receipts shall be provided upon request. Contract award will be in accordance to 52.212-2 as stated in the solicitation. All questions regarding solicitation N32253-23-Q-0061 shall be submitted in writing via email to the listed POCs. Questions are due Tuesday, 08/8/2023, 7:00 am HST.

3 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Related Projects