Hawaii Bids > Bid Detail

Preventative Maintenance and Calibration Service

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159059298969676
Posted Date: Mar 15, 2023
Due Date: Mar 17, 2023
Solicitation No: N0060423Q4033
Source: https://sam.gov/opp/868f3be103...
Follow
Preventative Maintenance and Calibration Service
Active
Contract Opportunity
Notice ID
N0060423Q4033
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC PEARL HARBOR
Office
NAVSUP FLT LOG CTR PEARL HARBOR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Mar 14, 2023 04:26 pm HST
  • Original Date Offers Due: Mar 17, 2023 11:00 am HST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM.gov and NECO (https://www.neco.navy.mil/).



The RFQ number is N0060423Q4033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Change 1/31/2023. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is J066 and the Small Business Standard is 19 Million. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested persons may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for competitive quotes. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Small Business Office concurs with the set-aside decision.



The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from PAC LP for providing the items listed below in its entirety:



Item No Supplies/Services Quantity Unit Price Ext. Price



0001 PM-Calibrations IAW PWS 1 Group





Evaluation will be Lowest Price Technically Acceptable Responsible (LPTA) that can support the requirement as identified in the PWS.



Period of performance (POP): 1 Apr 2023 to 30 Mar 2024



Location: Pearl Harbor Hawaii 96860



Submission Requirements:



Quotes shall include a detailed breakdown of the quoted prices. Additionally, quotes shall include a completed copy of 52.212-3 and its ALT I & 4.02 FAR 52.204-24 - Reps Regarding Certain Telecommunications Oct 2020 with quotes.



FAR 52.212-3 ALT I instructions:



This form contains the information that is in your SAM registration, please scroll to page 4 section (2).



- If no update to your company’s information is needed, please type in NA



Payment will be electronic through the wide area workflow (WAWF).





FAR & DFARS provision and clauses applicable to this procurement are listed in the attachment.



Attachment List:



Attachment 1: Combined Synopsis Solicitation N0060423Q4033/PWS



Attachment 2: FAR 52.212-3 and FAR 52.204-24 - Reps Regarding Certain Telecommunications



Attachment 3: FAR Part 13 MFR for Other than Full and Open Competition Redacted



Attachment 4: FAR Part 13 MFR/WD 2015-5689 Rev 19





The basis of award will be low price technically acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and the lowest priced technically acceptable offer.



Price: In determining whether a price is fair and reasonable, the Government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).



Technical: To be rated acceptable, the Quoter must provide all items.



Technical Acceptability will be rated on an ACCEPTABLE or UNACCEPTABLE basis using the ratings listed below.



Technical Acceptable/Unacceptable Ratings:





Acceptable Offer clearly meets the minimum technical requirements of the solicitation.



Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation.





System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.





All quotes shall include price(s), a point of contact, name and phone number, business size.



Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.





This announcement will close at 11 AM Hawaii Standard Time on Friday, 17 March 2023. Contact Seaula T. Pisimaka who can be reached at email Seaula.t.pisimaka.civ@us.navy.mil. All responsible sources may submit a quote which shall be considered by the agency.



See Attachment 1 SAP Combined Synopsis Solicitation-Performance Work Statement for details.


Attachments/Links
Contact Information
Contracting Office Address
  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 14, 2023 04:26 pm HSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >