Similar Projects
Replacement of Fire Alarm Systems at Various Parks
Alteration
Post-Bid
$400,000 est. value
Honolulu, HI

Jbphh Bldg. 676 Replace Fire Alarm System
Term Contract
Post-Bid
$100,000 to $250,000 est. value
Jbphh, HI

Fire Extinguisher Replacement and Disposal Services at AMP 30
Alteration
Results
Aiea, HI 96701

Pearl City High School - Campus Replace Fire Alarm System
Alteration
Results
$1,000,000 to $5,000,000 est. value
Pearl City, HI 96782

Utility Improvements at Kahale Mua
Alteration
Post-Bid
Honolulu, Maunaloa, HI 96817

Hale Kanahoahoa - Fire Alarm System Replacement
Alteration
Results
$500,000 to $900,000 est. value
Aiea, HI 96701

J012--ACC Replace/Repair Fire Pump
Term Contract
Post-Bid
Honolulu, HI 96819

Waipahu Civic Center Fire Alarm System Upgrade
Alteration
Results
$500,000 to $1,000,000 est. value
Waipahu, HI 96797

Portable Fire Extinguisher Servicing/Replacing - Oahu
Alteration
Post-Bid
Honolulu, HI

Heeia Elementary School - Upgrade Fire Alarm
Alteration
Results
$50,000 to $2,000,000 est. value
Kaneohe, HI 96744

Kaimuki High School - Campus Fire Alarm System Upgrade
Alteration
Post-Bid
$1,000,000 to $5,000,000 est. value
Honolulu, HI 96816

Keelikolani Building Fire Alarm System Upgrade
Alteration
Results
$1,000,000 to $2,500,000 est. value
Honolulu, HI

Various Kauai Schools - Service and Maintenance of Portable Fire Extinguishers
Term Contract
Post-Bid
Honolulu, HI 96813

Phase 1 - Fire Sprinkler System Repair / Replacement
Renovation
Post-Bid
$500,000 CJ est. value
Waimanalo, HI 96795

Furnish Wheeled Fire Extinguishers HNL
Term Contract
Post-Bid
$375,000 CJ est. value
Honolulu, HI 96819

Last Updated 03/31/2023 04:12 PM
Project Title

Fire Suppression System Testing and Inspection (Annual)

Physical Address View project details and contacts
City, State (County) Jb Pearl Harbor Hickam, HI 96860   (Honolulu County)
Category(s) Single Trades
Sub-Category(s) Fire Protection
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
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 the test program for commercial items found at FAR 13.5, 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 on both SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060423Q4041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02 and DFARS Publication Notice 03-16-2023. It is the responsibility of the contractor 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 541990 and the Small Business Standard is $19.50 million. The proposed contract is 100 percent set aside for small business concerns The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: fire suppression system inspection, certification, and repair services for Commander, Navy Region Hawaii (CNRH) located on Joint Base Pearl Harbor Hickam (JBPHH) in accordance with Attachment 2 - Performance Work Statement: CLIN 0001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Base Period, UI: EA QTY: 12 CLIN 0002: Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2. Base period. UI: GP CLIN 0003: Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Base Period, UI: GP CLIN 1001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Option Period 1, UI: EA QTY: 12 CLIN 1002: Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2. Option period 1, UI: GP CLIN 1003: Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Option Period 1, UI: GP CLIN 2001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Option Period 2, UI: EA QTY: 12 CLIN 2002: Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2. Option period 2, UI: GP CLIN 2003: Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Option Period 2, UI: GP CLIN 3001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Option period 3, UI: EA QTY: 12 CLIN 3002: Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2. Option period 3, UI: GP CLIN 3003: Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Option Period 3, UI: GP CLIN 4001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Option Period 4, UI: EA QTY: 12 CLIN 4002: Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2. Option period 4, UI: GP CLIN 4003: Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Option Period 4, UI: GP Period of performance shall be as follows: Base Period 01 JUN 2023 - 31 MAY 2024 Option Year I 01 JUN 2024 - 31 MAY 2025 Option Year II 01 JUN 2025 - 31 MAY 2026 Option Year III 01 JUN 2026 - 31 MAY 2027 Option Year IV 01 JUN 2027 - 31 MAY 2028 Delivery and Principle Performance Location is: Arizona Detachment BLDG 3 Hornet Avenue, JBPHH, HI 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Procedures in FAR 13.106 are applicable to this procurement. 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 (both overall price and repair rate), and a determination of responsibility. Quoters are required to provide repair rate per hour with their quotes for CLINs 0003, 1003, 2003, 3003, and 4003. 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, GSA contract number if applicable, business size, and payment terms. A complete quote in response to this Combined Synopsis/Solicitation must include a completed a quote, and a completed Attachment 1 and 2 - (1) FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services and (2) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (only if your Reps and Certs are not current in SAM). Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 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, Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS). The Government intends to evaluate quotations and issue a contract based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. The following FAR provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan-17) 52.204-7 System for Award Management (Oct 2018) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun-20) 52.204-13 System for Award Management Maintenance (Oct-18) 52.204-16 Commercial and Government Entity Code Reporting (Aug-20) 52.204-18 Commercial and Government Entity Code Maintenance (Aug-20) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Nov-21) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov-21) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21) 52.204-26 Covered Telecommunications Equipment or Services--Representation (Oct-20) 52.204-7 System for Award Management (Oct-18) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov-15) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov-21) 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Nov-21) 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services--Alternate I (Oct-14) 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec-22) 52.217-5 Evaluation of Options (Jul-90) 52.217-9 Option to Extend the Term of the Contract (Mar-00) 52.219-28 Post-Award Small Business Program Representation (Oct-22) 52.219-6 Notice of Total Small Business Set-Aside (Nov-20) 52.222-21 Prohibition of Segregated Facilities (Apr-15) 52.222-22 Previous Contracts and Compliance Reports (Feb-99) 52.222-26 Equal Opportunity (Sep-16) 52.222-3 Convict Labor (Jun-03) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun-20) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014) 52.222-50 Combating Trafficking in Persons (Nov-21) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May-14) 52.223-6 Drug-Free Workplace (May-01) 52.225-13 Restrictions on Certain Foreign Purchases (Feb-21) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (Jun-13) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov-21) 52.233-3 Protest after Award (Aug-96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct-04) 52.245-1 Government Property (Sep-21) 52.245-9 Use and Charges (Apr-12) 52.252-5 Authorized Deviations in Provisions (Nov-20) 52.252-6 Authorized Deviations in Clauses (Nov-20) All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep-11) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec-22) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep-22) 252.204-7003 Control of Government Personnel Work Product (Apr-92) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Jan-23) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan-23) 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (Dec-19) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May-21) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan-23) 252.209-7010 Critical Safety Items (Aug-11) 252.211-7003 Item Unique Identification and Valuation (Jan-23) 252.211-7007 Reporting of Government-Furnished Property (Aug-12) 252.219-1 Small Business Program Representations--Alternate I (Sep-15) 252.223-7008 Prohibition of Hexavalent Chromium (Jan-23) 252.225-7001 Buy American and Balance of Payments Program-Basic (Jan-23) 252.225-7012 Preference for Certain Domestic Commodities (Apr-22) 252.225-7048 Export-Controlled Items (Jun-13) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May-22) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan-23) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) (May-20) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (DEVIATION 2020-O0015) (May-20) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec-18) 252.232-7006 Wide Area WorkFlow Payment Instructions (Jan-23) 252.232-7010 Levies on Contract Payments (Dec-06) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jan-23) 252.244-7000 Subcontracts for Commercial Items (Jan-23) 252.246-7003 Notification of Potential Safety Issues (Jan-23) 252.246-7008 Sources of Electronic Parts (Jan-23) 252.247-7023 Transportation of Supplies by Sea-Basic (Jan-23) Contract Provisions and Clauses Specific to Cost Reimbursable CLIN(s) only 52.242-1 Notice of Intent to Disallow Costs (Apr-84) 52.243-2 Changes-Cost Reimbursement (Aug-87) 52.246-3 Inspection of Supplies-Cost-Reimbursement (May-01) 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) This announcement will close at 2359 HST on xx MAR 2023. Contact Paul Carrara who can be reached at 808-783-6903 or email paul.j.carrara.civ@us.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Attachments: 1. Parts and Serial Numbers for Installed Fire Equipment 2. Performance Work Statement (PWS) 3. FAR 52.212-3 and Alt 1 4. FAR 52.204-24 Representation Regarding Certain Telecommunications ******* End of Combined Synopsis/Solicitation ********

Details

Division 21 - Fire Suppression.
Division 28 - Electronic Safety and Security, Fire Detection and Alarm.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents