SOLICITATION NOTICE
J -- Equipment Operations, Maintenance and Repair Services, Oahu, Hawaii
- Notice Date
- 12/29/2020 5:01:18 PM
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478-21-R-2489
- Response Due
- 2/22/2021 4:00:00 PM
- Archive Date
- 03/22/2021
- Point of Contact
- Lauren Ibara, Phone: 8084741262
- E-Mail Address
-
lauren.ibara@navy.mil
(lauren.ibara@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform Equipment Operations, Maintenance, and Repair Services, by means of a combination Indefinite Delivery Indefinite Quantity (IDIQ) contract, comprised of recurring and non-recurring work items.� The Contractor shall perform maintenance, repair, alteration, inspection, testing, demolition, minor construction, and installation for various types of systems and equipment, including but not limited to: Autoclave, Sterilizer, Boilers and Unfired Pressure Vessels (UPVs), Boiler Water Testing and Treatment, Capstans, Clear Water Rinse Facility, High Pressure Air Compressor Systems (HPAC), Low Pressure Air Compressor Systems (LPAC), Wastewater Instrumentation, Generators Stack Testing, Liquid Nitrogen Storage Facility, Liquid Nitrogen Generator, Trolleys, Truss Brows with Electric Winches, Vehicle Wash Rack, Vehicle Service Rack, and other similar type systems.� The Contractor shall perform preventive maintenance, repair, and inspections to ensure proper operation, minimize breakdowns, meet certification standards, and maximize useful life. All maintenance and repair shall be performed by personnel trained and certified by the Original Equipment Manufacturer (OEM): - Personnel performing work on LPAC systems shall be trained, certified, and authorized to maintain and repair installed compressed air systems by the OEM. Personnel performing work on Atlas Copco LPAC systems shall each have the necessary skills, knowledge, and expertise in the repair and maintenance of industrial, two-stage, intercooled, rotary screw-type compressors, such as the Atlas Copco Model ZR-7D unit. - Personnel performing work on HPAC systems shall be trained, certified, and authorized to maintain and repair installed compressed air systems by the OEM. Personnel performing work on Atlas Copco HPAC systems shall each have a minimum of five (5) years total time experience in the repair and maintenance of the Atlas Copco Model D65-A unit. - Personnel inspecting, witnessing tests, preparing reports, and issuing certificates for boilers and UPVs must be qualified per UFC 3-430-07. - Personnel working with or on electrical or electronic equipment must be trained and certified per NAVFAC MO-200. - 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. - Personnel performing work on Wastewater Instrumentation systems at water reclamation facilities shall have working knowledge of wastewater management and treatment processes and problems, applicable regulations, control technologies, digital and analog equipment, electric power systems, and hydraulics as related to wastewater treatment and water reclamation facility operations. - Personnel performing maintenance and repair of the Naval Ship Yard Liquid Nitrogen Storage facility shall have a general knowledge of nitrogen and cryogenic operating procedures. Contractor shall provide licenses/certificates required to perform maintenance and repair of various pressure vessels, controls, valves, gages, sensors, filters, piping and supports. Recurring work includes, but is not limited to, service orders (emergency, urgent, and routine), maintenance, repair, alteration, inspection, testing, demolition, minor construction, and installation for various systems and equipment.� 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 811310 and the annual size standard is $8 million.� The contract term will be a base period of one year plus four option years.� The total term of the contract, including all options, will not exceed 60 months.� The Government will not synopsize the options when exercised.� Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards. 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 2016 for $1,100,622.04 (recurring work portion for the 12-month base period) and $120,470.80 (non-recurring work maximum value for the 12-month base period).� 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, including a sources sought notice issued on November 18, 2020, there is a reasonable expectation that offers would be obtained from at least two responsible small business concerns.� Based on the results, the solicitation will be issued as a small business 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://beta.sam.gov/ when it becomes available.� All interested offerors shall register at the website.� No notice of solicitation activity will be provided to interested offerors.� The proposed contract listed here is 100 percent small business set-aside.� The Government will only accept offers from small business concerns. The solicitation will utilize source selection procedures which require offerors to submit a non-price and a price proposal for evaluation by the Government. Proposal receipt date is approximate.� The actual date will be shown on the RFP.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/98df519c29714b1f914191d15402c607/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Record
- SN05881828-F 20201231/201229230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |