Hawaii Bids > Bid Detail

Fire Protection Systems Maintenance and Repair Services for Red Hill/Fleet Logistics Center, Oahu, Hawaii

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159636808648185
Posted Date: Feb 28, 2023
Due Date:
Solicitation No: N6247823R2412
Source: https://sam.gov/opp/9b6ad0fa25...
Follow
Fire Protection Systems Maintenance and Repair Services for Red Hill/Fleet Logistics Center, Oahu, Hawaii
Active
Contract Opportunity
Notice ID
N6247823R2412
Related Notice
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
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 27, 2023 08:57 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • Product Service Code: J012 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    HI
    USA
Description

Fire Protection Systems Maintenance and Repair Services for Red Hill/Fleet Logistics Center, Oahu, Hawaii. The work includes, but is not limited to, furnishing all labor, management, supervision, tools, material, and equipment required to perform Fire Protection Systems Maintenance and Repair Services for Red Hill/Fleet Logistics Center, Oahu, Hawaii. The Contractor shall perform maintenance and repair for the following:





Building Systems



-Fire Alarm and Detection Systems



-Fire Suppression Systems



-FM-200 Fire Suppression Systems



-Kitchen Fire Suppression Systems



-Fire Pumps



-Exterior Radio Fire Alarm Reporting Systems



-Foam Fire Suppression Systems





This contract has limited construction type work (i.e., Wage Rate Requirements [Construction]) capability.





All maintenance, repair, testing and inspecting of fire protection systems shall be performed by personnel trained and certified in accordance with UFC 3-601-02, except as modified below for which the Authority Having Jurisdiction (AHJ) of the component office of responsibility, Navy Facilities Engineering Command (NAVFAC), has issued the following technical guidance:





- As identified in Chapter 1, Section 8 of UFC 3-601-02, although the Contractor may meet the state’s qualifications and licensing requirements for Inspection, Testing, and Maintenance (ITM), those qualifications and licensing alone will not meet the minimum requirements of this contract.



- Under the authority delegated to the AHJ, also known as the Fire Protection Engineer (FPE), in OPNAVINST 11320.23G, their technical guidance takes precedence in accordance with paragraphs 1-7.2 and 1-7.4 of UFC 3-601-02.





The Contractor personnel performing maintenance, field work, and related ITM tasks shall have as a minimum, the following current and valid state license or National Institute for Certification in Engineering Technologies (NICET) certifications:





Fire Alarm Systems:



- NICET Level II Fire Alarm Systems; or



- NICET Level II Inspection and Testing of Fire Alarms





Automatic Sprinkler Systems:



- NICET Level II Water-Based Systems Layout; or



- NICET Level II Inspections and Testing of Water-Based Systems; or



- State of Hawaii C-20 Fire Protection





Foam Extinguishing Systems:



- NICET Level II Special Hazard Systems





FM-200 Fire Suppression Systems:



- NICET Level II Special Hazard Systems





Kitchen Fire Suppression Systems:



- NICET Level II Special Hazard Systems





The Contractor personnel performing system designs, installations, or operations inspections-testing (when not required by NAVFAC FPE) shall have as a minimum, the following current and valid National Institute for Certification in Engineering Technologies (NICET) certifications:





Fire Alarm Systems:



- NICET Level III Fire Alarm Systems





Automatic Sprinkler Systems:



- NICET Level III Water-Based Systems Layout; or



- NICET Level III Inspections and Testing of Water-Based Systems





Foam Extinguishing Systems:



- NICET Level III Special Hazard Systems





FM-200 Fire Suppression Systems:



- NICET Level III Special Hazard Systems





Kitchen Fire Suppression Systems:



- NICET Level III Special Hazard Systems





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 5090.1D.





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.





Recurring work includes, but is not limited to, service orders (emergency, urgent, and routine); preventative maintenance (PM) program of fire protection systems (fire alarm systems, automatic sprinkler systems, foam extinguishing systems, FM-200 Fire Suppression systems, and Kitchen fire suppression systems); and inspection, testing, and certification program. Non-recurring work includes, but is not limited to, Unit Priced Labor Work – Subject to Wage Rate Requirements, Unit Priced Labor Work – Service Contract Labor Standards, and Material costs.







Procurement Method: Contracting by Negotiation.





The NAICS Code for this procurement is 561621 and the annual size standard is $22 million.





The contract term will be a base period of one year plus one option year. The total term of the contract, including all options, will not exceed 24 months. The Government will not synopsize the option 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.







Based on market research, there is a reasonable expectation that offers would be obtained from at least two responsible HUBZone small business concerns. Based on the results, the solicitation will be issued as a HUBZone 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, Licenses and Certifications, and Past Performance), and a price proposal for evaluation by the Government.





Issuance of the solicitation is anticipated on or around 14 March 2023, with a proposal receipt date of 30 days after issuance. Please note that these dates are estimates only 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
  • Feb 27, 2023 08:57 pm ESTPresolicitation (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 >