Skip to content
Department of Defense

10x Okuma Equipment Preventative Maintenance

Solicitation: N32253-25-SIMACQ-PHNS-930-0012
Notice ID: e98a7f3d41ca487f9a94e7f0d5cac37d
TypeSolicitationNAICS 811310PSCJ049DepartmentDepartment of DefenseAgencyDept Of The NavyStateHIPostedFeb 19, 2026, 12:00 AM UTCDueFeb 27, 2026, 09:00 PM UTCCloses in 5 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: HI. Response deadline: Feb 27, 2026. Industry: NAICS 811310 • PSC J049.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$44,922,173
Sector total $250,450,224 • Share 17.9%
Live
Median
$11,842
P10–P90
$5,116$879,780
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
17.9%
share
Momentum (last 3 vs prior 3 buckets)
+5514%($43,349,741)
Deal sizing
$11,842 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for HI
Live POP
Place of performance
Jbphh, Hawaii • United States
State: HI
Contracting office
Pearl Harbor, HI • 96860-5033 USA

Point of Contact

Name
Colby Teruya
Email
colby.m.teruya.civ@us.navy.mil
Phone
Not available
Name
Evangeline Calaustro
Email
evangeline.b.calaustro.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA SHIPYARD • PEARL HARBOR NAVAL SHIPYARD IMF
Contracting Office Address
Pearl Harbor, HI
96860-5033 USA

More in NAICS 811310

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.

PHNSY & IMF seeks a qualified contractor to provide a Manufacturer Trained Certified Technician to provide onsite repair services on three OKUMA Vertical Machining Centers, two OKUMA Thread Rollers, and five OKUMA Turning Centers, to a fully operational condition. Additional details and specifications can be found in the attached solicitation N32253-26-Q-0011.

The tentative period of performance for this service is 20 March 2026 to 19 March 2027.

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 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; the size standard for this NAICS is $12.5 million. The Product Service Code is J049: Maint/Repair/Rebuild of Equipment—Maintenance and Repair Shop Equipment.

Please note the following:

•The solicitation number for this requirement is N32253-26-Q-0011.

•Quotes are due no later than Friday, 02/27/2026 at 11:00 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.

•In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 8 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.

•As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a. (include Contractor name, address, telephone number, and CAGE CODE) and blocks 30 a-c (to be completed and signed by an authorized representative/official). CLIN quotes for 0001, 1001, 2001, 3001, 4001 shall be 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.

•Itemized breakdown of quote by 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 with 52.212-2 (and it’s addendum) as stated in the solicitation.

All questions regarding solicitation N32253-26-Q-0011 shall be submitted in writing via email to the listed POCs. Questions are due no later than 02/25/2026 11:00 HST.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.