MODIFICATION
U -- PAUT and TOFD Training
- Notice Date
- 5/28/2025 12:01:08 PM
- Notice Type
- Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N32253-25-Q-1007
- Response Due
- 6/12/2025 6:00:00 PM
- Archive Date
- 06/27/2025
- Point of Contact
- Jodie Tramuto, Evangeline Calaustro
- E-Mail Address
-
jodie.l.tramuto.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil
(jodie.l.tramuto.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is seeking a contractor to provide a minimum 96 hours of training for Phased Array Ultrasonic Testing (PAUT) and a minimum of 80 hours of training for Time of Flight Diffraction Ultrasonic Testing (ToFD). Contractor shall provide two training sessions in a government provided classroom on the island of Oahu at Pearl Harbor Naval Shipyard or similar facility. Training will normally be conducted during the hours of 0630-1500, Monday thru Friday and Saturday if necessary. The contractor will provide PAUT (2 weeks) and TOFD (2 weeks) Training up to 12 students in a 4 consecutive week period. The specific number of students will be provided prior to scheduling of the training. Scheduled training dates will be coordinated with a government representative, in which contractor will be given 30 days� notice prior to training start within the Period of Performance. Additional details and specifications can be found in the attached draft Performance Work Statement (PWS). The tentative period of performance for this service is 7/1/2025- 6/30/2026, with an additional four (4) option years. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541380; the size standard for this NAICS is $19.0 million. Product Service Code is U004 - Education/Training - Scientific/Management Please note the following: The solicitation number for this requirement is N32253-25-Q-1007. Quotes are due no later than Thursday, 6/12/2025 at 1500 HST. Quotes must be sent via email to both the primary and secondary points of contact. Addendum to FAR 52.212-1 on page 45 All offerors are required to submit the following: 1. Standard Form 1449 (page 1) - Fill out block 17a (to include Contractor name, address, telephone number and CAGE Code) and blocks 30 a-c (to be completed and signed by an authorized representative/official. 2. Standard Form 1449 (page 3) - Fill out the unit price and total amount for each CLIN(s). 3. Standard Form 1449 (page 30) - Complete FAR 52.212-3 Offeror Representation and Certifications - Commercial Items. Complete only paragraph (b) (page 32) of this provision if the annual representations and certifications were electronically completed in the System for Award Management. If the annual representations and certifications were not completed electronically, complete only paragraphs (c) through (v) of this provision. 4. Technical Proposal - Please submit a detailed technical proposal (not to exceed 5 pages) that clearly demonstrates thorough knowledge and understanding of, and approach to completing the work in accordance with the PWS. 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. 5. Itemized Price Breakdown - Provide an itemize price breakdown of the quote that clearly and concisely describes and defines the contractor's response to the requirements contained in the solicitation. 6. Travel costs including airfare, lodging, rental car, and per diem, shall be included. Travel shall be in accordance with current Department of Defense (DoD) Joint Travel Regulations and Federal Acquisition Regulations (FAR) 31.204-46. 7. 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, and NMCARS 18-22. All questions regarding solicitation N32253-25-Q-1007 shall be submitted in writing via email to the listed POCs. Questions are due by 6/10/2025 1500 HST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3df953b08b7c479e987a525bdbe4a81c/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07457250-F 20250530/250528230049 (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 |