This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes.
The Government is conducting market research to determine whether there is enough industry interest to consolidate the following contracts into one solicitation:
- Contract No. N6247821D2401, Facility Maintenance and Repair Services, Various Locations, Oahu, Hawaii
- Contract No. N6247821D2404, Lighting Maintenance Services at Various Locations, Oahu, Hawaii
The Contractor shall provide all components, materials and parts, equipment, including any required personal protective equipment; labor; management; supervision; technical expertise; tools; and transportation necessary to perform the maintenance and service requirements of this contract. The work includes, but is not limited to the following:
- Building and Structures: Memorial Fountain (water feature), HEMP Shelters.
- Building Systems: Facility Ventilation Intake, Exhaust Filters, Dust Collector Filter Cartridges, Various Swimming Pools, Training Facilities, Radon Mitigation Systems, High Security Revolving Doors, Circle Interlocking Doors, Reverse Osmosis Systems, Photovoltaic (PV) Systems, Solar Hot Water Systems.
- High Altitude Electromagnetic Pulse (HEMP) Shelters: Hardness Critical Assemblies (HCAs).
- Locksmith Facility Investment Services: Repair/Installation of locks, locking hardware, and locking devices, Neutralization of locks, locking hardware, and locking devices, Key duplication, Pinning cylinders Keyed Different (KD), Keyed Alike (KA), and Mastered Keyed (MK) systems, Combinating and re-combinating locks.
- Electronics Corrective Maintenance Coverage: Inspection and repair of the electronic portion of the Uninterrupted Power Supply (UPS) or “Power Module”. Remedial maintenance provided by Contractor shall include, and be expressly limited to, maintenance to the Power Module, travel expenses, all necessary parts replacement, adjustments and repairs.
- Lighting Maintenance and Repair Services: Re-lamping, ballast and starter renewal, and light fixture repair for exterior and interior lighting.
A Secret Facility Clearance will be required.
Procurement Method: Contracting by Negotiation. The Product Service Code is Z1JZ, NAICS Code for this procurement is 561210 and the annual size standard is $47 Million. The contract term will be a 12-month base plus four 12-month option periods and one six-month option to extend services. The total term of the contract, including all options, will not exceed 66 months. The Government will not synopsize the options when exercised. IDIQ work may be issued via FedMall, a web-based ordering system, using Government purchase cards. This contract will replace the following contracts:
- Contract No. N6247821D2401, Facility Maintenance and Repair Services, Various Locations, Oahu, Hawaii, awarded in 2021 for $1,970,719.00 (recurring work) and $ $1,252,534.00 (non-recurring work) for the base period.
- Contract No. N6247821D2404, Lighting Maintenance Services at Various Locations, Oahu, Hawaii, awarded in 2021 for $744,000.00 (recurring work) and $24,800.00 (non-recurring work) for the base period.
Information about the current contracts and the incumbent contractors (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. 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 Procurement Integrated Enterprise Environment (PIEE) Solicitation Application. See below "New Vendor Organization - Getting Started Help - PIEE" link. All interested Offerors shall register in PIEE. No notice of solicitation activity will be provided to interested offerors. The solicitation will utilize source selection procedures which require offerors to submit a non-price (experience, safety, past performance information) and a price proposal for evaluation by the Government.
Interested sources capable of providing the required services must complete the attached sources sought questionnaire excel (Questionnaire and References tabs) and respond by e-mail to robert.l.wong13.civ@us.navy.mil no later than August 11, 2025. Interested sources shall:
- Indicate that they are capable of providing the required services;
- Indicate whether they intend to submit a proposal as a prime contractor;
- Provide their full name and address;
- Provide CAGE Code and SAM UEID Number;
- Indicate their size status (i.e., small business, 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), Woman-Owned Small Business (WOSB));
- Provide customer references for whom you have performed similar Facility Maintenance and Repair Services. Include only contracts and subcontracts which were performed within the past seven years and valued at $925,000.00 or more per year. This requirement can be met by a standalone contract valued at $925,000.00 or more per year for facility maintenance services to include maintenance of High Altitude Electromagnetic Pulse (HEMP) hardened shelters, maintenance of Photovoltaic and Solar Hot Water Systems, maintenance of Water Systems (swimming pool, water fountains, and other similar type water systems), Locksmith Services, Electronics Corrective Maintenance Coverage of Uninterruptible Power Systems (UPS) electronic equipment services, and Lighting Services OR multiple contracts which are collectively valued at $925,000.00 or more per year (minimally $200,000.00 maintenance of HEMP hardened shelters, $100,000.00 maintenance of Photovoltaic and Solar Hot Water Systems, $50,000.00 maintenance of Water Systems, $75,000.00 Electronics Corrective Maintenance Coverage of UPS electronic equipment services and $500,000.00 Lighting Services) and were on-going concurrently.
Include the following (see “References” tab):
(a) Clients name
(b) Point of contact
(c) Point of contacts phone no.
(d) Point of contacts email address
(e) Contract Number
(f) Delivery/Task Order Number (if applicable)
(g) Contract Title
(h) Location of Work
(i) Award Date
(j) Completion Date
(k) Award Amount
(l) Annual Amount
(m) Final Price
(n) Description of work performed
(o) Work Performed as: Prime Contractor/Subcontractor/Joint Venture/Other (Explain)
(p) Percent of project work performed
Based upon the responses received, the Government will determine whether the two requirements can be consolidated, and the set-aside method for the procurement. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP.