Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2025 SAM #8647
SOLICITATION NOTICE

J -- X71 Equipment Maintenance

Notice Date
7/28/2025 9:28:20 AM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-25-Q-1038
 
Response Due
8/25/2025 3:00:00 PM
 
Archive Date
09/09/2025
 
Point of Contact
Aaron Miller, Lynn Imperial
 
E-Mail Address
aaron.k.miller22.civ@us.navy.mil, lynn.s.imperial.civ@us.navy.mil
(aaron.k.miller22.civ@us.navy.mil, lynn.s.imperial.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PHNSY & IMF requires a service contract to provide the required maintenance, trouble shooting, and repairs to its support equipment, located at various locations throughout the Shipyard. Additional details and specifications can be found in the Performance Work Statement (PWS) attached below, as well as in the Solicitation N3225325Q1038. The government intends to award a single Firm Fixed Price contract. The Contractor shall be an authorized distributor or certified repair service technician for Industrial Vacuum Equipment Corporation. The tentative Period of Performance (POP) for this service is 30-Sep-2025 - 29-Sep-2030. This notice is 100% set aside for small business. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Product Service Code is J049 - MAINT/REPAIR/REBUILD OF EQUIPMENTMAINTENANCE AND REPAIR SHOP EQUIPMENT . Please note the following: � The solicitation number for this requirement is N32253-25-Q-1038. � Quotes are due no later than Monday, 25-AUG-2025 at 12:00 p.m. HST � Quotes must be sent via email to both the primary and secondary points of contact. �All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. � The basis for contract award will be made based off the below factors (factors will be evaluated based on Section M): Factor 1 - Technical Capability: Please submit a technical capability statement (not to exceed 10 pages) that clearly demonstrates thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. The proposal must contain sufficient details so that it may be evaluated in accordance with the PWS and comply with the period of performance set forth in the solicitation. Nonconformance will deem an Offeror ineligible. Factor 2 - Price: An itemized price quote that clearly and concisely describes and defines the contractor's response to the requirements contained in the RFQ. The offeror shall submit an itemized price quote for each priced CLIN(s) and SLIN(s) as specified in Section B, that concisely describes and defines its response to the requirements outlined in the RFQ. � As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a.and 30a.- 30c. (SF 1449 page completed. Submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions. � All quotation submissions need to include completion of FAR 52.204-24,52.204-26, and 52.212-3. � Submit an itemized breakdown of the price quote that clearly and concisely describes and defines the contractor�s response to the requirements contained in the solicitation. If required, travel costs including airfare, lodging, rental car, per diem, shall be included. If required, travel shall be in accordance with current Department of Defense (DoD) Joint Travel Regulations and Federal Acquisition Regulations (FAR) 31.204-46. Travel receipts shall be, provided upon request. � The Government may revise the solicitation at any time by means of an Amendment. It is an offeror's responsibility to ensure it is accessing the https://sam.gov/ website to view potential amendments and procurement notifications for this solicitation All questions regarding solicitation N32253-25-Q-1038 shall be submitted in writing via email to the listed POCs. Questions are due by Monday, 11-AUG-2025, 8:00 am HST Attachments: Performance Work Statement (PWS) APPENDIX I - HEALTH & SAFETY PHNSY & IMF APPENDIX II - Environmental (Facilities) APPENDIX III - Contractor SECREQ CIA, SI, CNIA & NWA ATTACHMENT I - OPSEC Contract Requirements Service Contract Act WD # 2015-5689
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/30de1f37503e4139b03ed32254fa9a49/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN07526229-F 20250730/250728230106 (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.