Hawaii Bids > Bid Detail

Preventive Maintenance and Repair, Hangar 19 & 21, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159315292817954
Posted Date: Aug 23, 2022
Due Date: Oct 16, 2022
Solicitation No: N62478-22-R-2401
Source: https://sam.gov/opp/a3bac91cfb...
Follow
Preventive Maintenance and Repair, Hangar 19 & 21, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii
Active
Contract Opportunity
Notice ID
N62478-22-R-2401
Related Notice
N62478-22-R-2401
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC HAWAII
Office
NAVFAC ENGINEERING COMMAND HAWAII
General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Aug 22, 2022 12:54 pm HST
  • Original Response Date: Oct 16, 2022 02:00 pm HST
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

Preventive Maintenance and Repair, Hangars 19 & 21, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii . The work includes, but is not limited to, performing maintenance, repair, alteration, demolition and minor construction for the following:



Hangar 19 Subsystems



-Rolling Steel Service Door

-Steel Sliding Hangar Doors

-Aircraft Fuel Tank Ventilation System

-Breathing Air and Facility Air Supply Systems

-Fall Protection Inspection

-Load Test Beam Inspection



Hangar 21 Subsystems



-Telescoping Mast Service Platform

-Air Supply, distribution, Ventilation and Exhaust System

-Filter Doors and Vertical Lift Fabric Doors

-Industrial Wastewater Pre-Treatment Components (herein specified)

-Breathing Air and Facility Air Supply Systems



All maintenance and repair shall be performed by personnel trained and certified by the Original Equipment Manufacturer (OEM).



- Personnel maintaining, repairing, inspecting, testing, operating, or rigging WHE shall be qualified per NAVFAC P-307.

- Personnel working on systems, equipment or components containing chlorofluorocarbons (CFCs) and/or hydro-chlorofluorocarbons (HCFCs) must be certified under an Environmental Protection Agency (EPA) approved technical certification program per OPNAVINST 5090.1 Chapter 6

- Personnel working with or on electrical or electronic equipment must be trained and certified per NAVFAC MO-200.

- Personnel performing work on transformers must be knowledgeable of proper procedures for handling and disposing of insulating fluid containing polychlorinated biphenyls (PCBs)

- Personnel performing work in HAZMAT/HAZWASTE must complete the HAZMAT/HAZWASTE handling course or have a minimum of one year of experience working with HAZMAT/HAZWASTE.

- All maintenance trade personnel certifying or inspecting repair or maintenance work

that does not require an inspector certified by a governing directive shall be qualified

at the journeyman level.

- The Contractor shall submit proof of all certification, training, and licensing requirements.



Recurring work includes, but is not limited to, maintaining, repairing, and altering installed equipment and systems to ensure they are fully functional and in normal working condition. Non-recurring work includes, but is not limited to, Unit Priced Labor Work, and Parts, Material and Equipment.



Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 561210 and the annual size standard is $41,500,000. The contract term will be a base period of 12 months plus four one-year option periods. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. The minimum guarantee will be the Base Period Recurring work and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule. This contract will replace a contract for similar services awarded in February 2018 for $517,364.00 (recurring work) and $199,250.00 (nonrecurring work). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information.



Based on market research, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns. Since the requirement is currently in the 8(a) program, the solicitation will be issued as an 8(a) competitive set-aside. The NAVFAC Hawaii small business office concurs with the set-aside determination.

Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available. Proposals shall be submitted using the PIEE Solicitation Module. See attached PIEE Vendor Registration Guide. All interested offerors shall register in PIEE. No notice of solicitation activity will be provided to interested offerors. The solicitation utilizes source selection procedures which require offerors to submit a non-price proposal (Corporate Experience, Safety, Execution and Past Performance), and a price proposal for evaluation by the Government. Proposal receipt date is approximate and will be as shown on the solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 400 MARSHALL RD
  • PEARL HARBOR , HI 96860-3139
  • USA
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 >