Guam 1MEG Repair
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: HI. Response deadline: Jan 12, 2026. Industry: NAICS 811310 • PSC J049.
Market snapshot
Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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. Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) has a CUMMINS 1 MEG DIESEL Generator (currently located at PHNSY) that is required for emergency back-up shore power support in Guam. The Generator has had a complete radiator removal and replacement and upon initial operational testing needs further troubleshooting and repair. Info is as follows: Engine Model no.: QST30 CM552 Engine Serial no.: 37263446 Power: 1000 kW Voltage: 460 VAC Speed: 1800 rpm Additional details and specifications can be found in the attached Performance Work Statement (PWS). The tentative period of performance for this service is 02/16/2026 to 05/15/2026. 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; size standard for this NAICS is $12,500,000. The Product Service Code is J049 – Maintenance, Repair and Rebuilding of Equipment – Maintenance and Repair Shop Equipment. Please note the following: The solicitation number for this requirement is N32253-26-Q-0020. Quotes are due no later than Monday, 01/12/2026 at 8:00AM 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) 2025-03, DFARS 01/17/2025, 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, 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 N32253-26-Q-0020 shall be submitted in writing via email to the listed POCs. Questions are due 01/05/2026 08:00AM HST.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The DEPT OF THE NAVY is soliciting bids for the repair of a CUMMINS 1 MEG DIESEL Generator at Pearl Harbor Naval Shipyard. Quotes must be submitted by January 12, 2026, and the work requires expertise in commercial and industrial machinery repair as per NAICS 811310. Details regarding the generator's specifications and requirements are outlined in the Performance Work Statement (PWS).
The buyer seeks to engage a contractor who can troubleshoot and perform necessary repairs on the CUMMINS 1 MEG Diesel Generator to ensure it is operational for emergency back-up power at Guam.
- Review the Performance Work Statement (PWS) and generator specifications.
- Prepare a detailed technical proposal that addresses all PWS requirements.
- Submit a pricing package, including completion of required forms such as SF 1449.
- Ensure compliance with SAM registration and all applicable FAR clauses.
- Technical proposal (not to exceed 3 pages).
- Completed SF 1449 form with necessary signatures.
- FAR clauses 52.204-24, 52.204-26, and 52.212-3 included.
- Detailed pricing including labor, materials, and travel.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Detailed timeline for each phase of the repair process is not specified.
- The exact scope of troubleshooting needed isn't clearly defined.
- Contractor performance evaluation criteria are not provided.
- Information on potential travel logistics to Guam is sparse.
- Specific PWS sections requiring emphasis are not highlighted in the notice.
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.