Bid Date: 2025-08-25
Project 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 tentative Period of Performance (POP) for this service is 30-Sep-2025 - 29-Sep-2030.
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