G&L Horizontal Boring Mills Preventive Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, Pearl Harbor Naval Shipyard IMF (PHNSY & IMF), is seeking competitive quotes for Annual Preventive Maintenance and Repair Services for Giddings & Lewis Horizontal Boring Mills (PT 1800 and RT 1250). While the initial notice indicated an intent to award a sole source contract to Fives Machining Systems, the attached solicitation (N3225326Q0015) is unrestricted and requests competitive proposals. The services are required at JBPHH, HI. Quotes are due by April 21, 2026.
Scope of Work
This opportunity requires annual, on-site, preventive maintenance, repair, and replacement services for two Giddings & Lewis Horizontal Boring Mills (PT 1800 and RT 1250). The objective is to ensure these critical pieces of equipment are maintained in fully operational condition, with all work performed in accordance with the provided Performance Work Statement (PWS).
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: A one-year base period from April 27, 2026, to April 26, 2027, with four (4) one-year option periods, extending the potential performance through April 26, 2031.
- Set-Aside: Unrestricted (as per solicitation document)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Transportation Equipment) Repair and Maintenance)
- Response Due: April 21, 2026, at 21:00 UTC
- Published: April 17, 2026
- Key Requirement: Contractors must possess and maintain a valid Cybersecurity Maturity Model Certification (CMMC) Level 1 for the entire contract duration.
Submission & Evaluation
Offerors must submit a complete quote via email to both primary and secondary points of contact. Submissions should include:
- Completed blocks on SF 1449 (17a, 30a, 30c).
- Unit prices and total amounts for all CLINs (0001, 1001, 2001, 3001, 4001).
- A detailed technical quote (maximum 8 pages) demonstrating knowledge and approach to the PWS.
- An itemized price breakdown. Email submissions are limited to 35 MB; multiple emails are permitted. Evaluation will be based on a Lowest Priced Technically Acceptable (LPTA) methodology, requiring technical capability to be acceptable and CMMC Level 1 certification at the time of award.
Additional Notes
The place of performance and inspection/acceptance is Pearl Harbor Naval Shipyard IMF, JBPHH, HI 96860. Payment will be processed via Wide Area WorkFlow (WAWF). Funds are not presently available, and the government's obligation is contingent upon their availability.