Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2025 SAM #8671
SOLICITATION NOTICE

J -- Fire Extinguisher Maintenance

Notice Date
8/21/2025 9:26:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060425Q4122
 
Response Due
8/29/2025 1:00:00 PM
 
Archive Date
09/13/2025
 
Point of Contact
Liane Pekelo-Passmore, Phone: 808-473-7942
 
E-Mail Address
liane.m.pekelo-passmore.civ@us.navy.mil
(liane.m.pekelo-passmore.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
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 under FAR Part 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 to SAM.gov at https://www.sam.gov. The Request for Quote (RFQ) number is N0060425Q4122. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Publication Notice 20250718. It is the responsibility of the quoter 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 811310 and the Small Business Standard is $12.5 million. This is a competitive, unrestricted action. The Small Business Office concurs with this acquisition strategy. The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) requests responses from qualified sources capable of providing the inspection, maintenance, recharging, testing and disposal of building and wheeled fire extinguishers, including portable up to 20 pounds (lbs.) ABC, CO2, PKP, and K class, and wheeled 150 lbs. Amerex Model 674 Halotron clean agent extinguishers in accordance with Attachment 1 - Performance Work Statement. Services shall be in accordance with Attachment 1, Performance Work Statement (PWS). ESTIMATED QUANTITIES The quantities shown for each Contract Line Item Numbers (CLIN) listed on Attachment 2 of this solicitation are the Governments estimates of requirements which may be ordered during contract performance. The following are applicable to this solicitation: Attachment 1 PWS Attachment 2 CLIN Structure Pricing Attachment 3 Reference 1 GFP Listing Attachment 4 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAR 2025)(DEVIATION 2025-O0003 & 2025-O0004) & ALT I (FEB 2024) and 52.204-24, Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021) Attachment 5 Wage Determination 2015-5689 (Rev-26) dated 07/08/2025 Attachment 6 Applicable FAR & DFARS Provisions & Clauses Period of performance: One (1) 12-month Base period, and four (4) 12-month Option periods. The Base Year is scheduled for 12 months from the date of award. Pickup and drop-off locations of fire extinguishers: Federal Fire Department 650 Center Drive, Bldg. 284 Honolulu, HI 96818 Flightline Storage Facility Building 3039 Joint Base Pearl Harbor-Hickam, HI 96860 Place of Performance for inspection, maintenance, recharging, testing and disposal is quoters facilities. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Payment will be made via Wide Area Workflow Questions shall be submitted electronically to liane.m.pekelo-passmore.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060425Q4122 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 10:00 AM HST (Hawaii Standard Time) on 26 August 2025. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. A complete quote in response to this Combined Synopsis/Solicitation shall include a completed Attachment 4 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAR 2025)(DEVIATION 2025-O0003 & 2025-O0004) & ALT I (FEB 2024) and 52.204-24, Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021) if the quoters Reps & Certs are not current in SAM.gov. Applicable FAR & DFARS provision and clauses can be found in Attachment 5. Procedures in FAR 13.106 are applicable to this procurement. The intended outcome of this RFQ is the issuance of a single-award, firm-fixed price, INDEFINITE-DELIVERY INDEFINITE QUANTITY (IDIQ) contract. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and quoter determined to have the required National Fire Protection Association (NFPA) qualifications and certifications from the authority having jurisdiction. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: SAM, Contractor Performance Assessment Reporting System (CPARS) and/or Supplier Performance Risk System (SPRS) INSTRUCTIONS TO QUOTERS; Provide PER UNIT & EXTENDED TOTAL PRICES in Attachment 2, CLIN Structure Pricing, with limitation of two decimal places. Also see CLIN descriptions tab for an explanation of each item. To be considered for award, quotes must contain pricing for all CLINs listed in Attachment 2, in the quantity requested. Quoters shall complete and submit Attachment 4 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAR 2025)(DEVIATION 2025-O0003 & 2025-O0004) & ALT I (FEB 2024) and 52.204-24, Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021) if the quoters Reps & Certs are not current in SAM.gov by the established deadline. Quotes not providing the required completed attachment, qualifications and certifications and submission information may be deemed nonresponsive. Quoters shall be an NFPA-certified provider with all work completed at certified facilities. Copies of qualifications and certifications from the authority having jurisdiction for the certification (ie: Honolulu Fire Department) shall be submitted with the quotes. This announcement will close at 10:00 AM Hawaii Standard Time on 29 August 2025. Submit quotes and required attachments to liane.m.pekelo-passmore.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Quoters Unit Pricing in Attachment 2 will be multiplied by the quantity to arrive at the extended amount for each line item. Minor mathematical errors due to incorrect calculations or rounding issues will be adjusted by the Government accordingly to arrive at the total contract price. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a determination of price and responsibility. Technical: The Quoters technical acceptability will be evaluated against the requirements in the Performance Work Statement. The submission of a quote shall mean that the Quoter does not take any exceptions to the Performance Work Statement requirements. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-5 Authorized Deviations in Provisions (Nov 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses (Nov 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 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), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoters are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1c0e15e2a3b4602a5dc0d07a2c8478e/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07560508-F 20250823/250821230050 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.