Hawaii Bids > Bid Detail

G&L Horizontal Boring Mills Preventive Maintenance Inspection and Remedial Services

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159071172451263
Posted Date: Nov 15, 2022
Due Date: Nov 17, 2022
Solicitation No: N32253_23_Q_0002
Source: https://sam.gov/opp/a4dce9d1d9...
G&L Horizontal Boring Mills Preventive Maintenance Inspection and Remedial Services
Active
Contract Opportunity
Notice ID
N32253_23_Q_0002
Related Notice
Department/Ind. Agency
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Updated Published Date: Nov 15, 2022 11:59 am HST
  • Original Published Date: Nov 10, 2022 12:43 pm HST
  • Updated Date Offers Due: Nov 17, 2022 01:00 pm HST
  • Original Date Offers Due: Nov 17, 2022 01:00 pm HST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 02, 2022
  • Original Inactive Date: Dec 02, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

11/15/2022: Document added - titled "41. QUESTIONS AND ANSWERS 11.15.2022" and revised solicitation due date in Description.



The primary mission of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is to deliver regional maintenance, at the depot and intermediate levels, to keep the surface ships and submarines of our nation’s navy “Fit to Fight.” As Hawaii’s regional maintenance center, capabilities include excellence in overhauling, repairing, converting, alteration, refurbishing, and decommissioning of Navy vessels.



Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility requests for quote (RFQ) N32253-23-Q-0002 with the intent to award a Firm Fixed-Price contract to perform annual, on-site, preventive maintenance and repair or replacement of parts as needed for two (2) each, Giddings and Lewis Horizontal Boring Mills, to a fully operational condition. The Contractor shall include calibration and remedial services, to include an inspection/service report of work performed.



The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electric) Repair and Maintenance. The small business size standard for this NAICS code is $11.0 (millions of dollars). The Product Service Code is J049 –Maintenance/Repair/Rebuilding of Equipment – Maintenance of Shop Equipment.



A sources sought notice regarding this solicitation was posted on 04 October 2022 with a response date of 11 October 2022 at 1:00PM HST.



The CLIN structure is for one (1) base year and two (2) option periods as follows:



CLIN 0001 (Base Year): 01 December 2022 – 30 November 2023



CLIN 1001 (Option Period 1): 01 December 2023 – 30 November 2024



CLIN 2001 (Option Period 2): 01 December 2024 – 30 November 2025



If you are unable to meet the Period of Performance date, please submit soonest availability with submission of quotation.



Please note the following:




  • 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 and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2022-08, DFARS 09/29/2022, and NMCARS 18-22.

  • Oral offers will not be accepted.

  • Telephonic responses will not be accepted.

  • 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 a completed copy of the provision at FAR 52.204-24, 52.204-26, 52.212-3, and 52.222-48. If an Offeror is registered in SAM, they must state whether 52.212-3 is current in SAM. If not current, the Offeror must fill and submit 52.212-3 with the price package and all forms listed above.

  • 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 (0001-2001, SF 1449 pages 3-4) completed. Submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions.

  • The quote should clearly indicate the total quote price and provide a separate price breakdown to include, but not limited to, labor hours, labor rates per hour, travel, per diem, etc. in order to provide sufficient detail of how the price quote was derived.

  • Labor, travel and materials for preventive maintenance 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.

  • 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.

  • Quotes are due to this office no later than 17 November 2022, 01:00PM HST.

  • The Offeror shall submit their quotation electronically via email to the designated primary and secondary POCs.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

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 >