Fire Protection System Maintenance and Repair Services, JBPHH and Outlying Areas, Oahu, Hawaii
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Mar 03, 2023 07:24 pm EST
- Original Published Date: Feb 27, 2023 08:53 pm EST
- Updated Response Date:
- Original Response Date:
- Inactive Policy: Manual
- Updated Inactive Date: Mar 27, 2023
- Original Inactive Date: Mar 27, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J012 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
- NAICS Code:
- 561621 - Security Systems Services (except Locksmiths)
- Place of Performance: JBPHH , HIUSA
Description
Fire Protection System Maintenance and Repair Services, JBPHH and Outlying Areas, Oahu, Hawaii. The work includes, but is not limited to, furnishing all labor, management, supervision, tools, material, and equipment required to perform Fire Protection System Maintenance and Repair Services, JBPHH and Outlying Areas, Oahu, Hawaii. The Contractor shall perform maintenance and repair for the following:
Building Systems
-Fire Alarm and Detection Systems
-Fire Suppression Systems
-FM-200 Fire Suppression Systems
-Kitchen Fire Suppression Systems
-Fire Pumps
-Exterior Radio Fire Alarm Reporting Systems
-Foam Fire Suppression Systems
This contract has limited construction type work (i.e., Wage Rate Requirements [Construction]) capability.
All maintenance, repair, testing and inspecting of fire protection systems shall be performed by personnel trained and certified in accordance with UFC 3-601-02, except as modified below for which the Authority Having Jurisdiction (AHJ) of the component office of responsibility, Navy Facilities Engineering Command (NAVFAC), has issued the following technical guidance:
- As identified in Chapter 1, Section 8 of UFC 3-601-02, although the Contractor may meet the state’s qualifications and licensing requirements for Inspection, Testing, and Maintenance (ITM), those qualifications and licensing alone will not meet the minimum requirements of this contract.
- Under the authority delegated to the AHJ, also known as the Fire Protection Engineer (FPE), in OPNAVINST 11320.23G, their technical guidance takes precedence in accordance with paragraphs 1-7.2 and 1-7.4 of UFC 3-601-02.
The Contractor personnel performing maintenance, field work, and related ITM tasks shall have as a minimum, the following current and valid state license or National Institute for Certification in Engineering Technologies (NICET) certifications:
Fire Alarm Systems:
- NICET Level II Fire Alarm Systems; or
- NICET Level II Inspection and Testing of Fire Alarms
Automatic Sprinkler Systems:
- NICET Level II Water-Based Systems Layout; or
- NICET Level II Inspections and Testing of Water-Based Systems; or
- State of Hawaii C-20 Fire Protection
Foam Extinguishing Systems:
- NICET Level II Special Hazard Systems
FM-200 Fire Suppression Systems:
- NICET Level II Special Hazard Systems
Kitchen Fire Suppression Systems:
- NICET Level II Special Hazard Systems
The Contractor personnel performing system designs, installations, or operations inspections-testing (when not required by NAVFAC FPE) shall have as a minimum, the following current and valid National Institute for Certification in Engineering Technologies (NICET) certifications:
Fire Alarm Systems:
- NICET Level III Fire Alarm Systems
Automatic Sprinkler Systems:
- NICET Level III Water-Based Systems Layout; or
- NICET Level III Inspections and Testing of Water-Based Systems
Foam Extinguishing Systems:
- NICET Level III Special Hazard Systems
FM-200 Fire Suppression Systems:
- NICET Level III Special Hazard Systems
Kitchen Fire Suppression Systems:
- NICET Level III Special Hazard Systems
Personnel working on systems, equipment or components containing chlorofluorocarbons (CFCs) and/or hydro-chlorofluorocarbons (HCFCs) must be certified under an Environmental Protection Agency (EPA) approved technical certification program per OPNAVINST 5090.1D.
Personnel performing work in HAZMAT/HAZWASTE must complete the HAZMAT/HAZWASTE handling course or have a minimum of one year of experience working with HAZMAT/HAZWASTE.
Recurring work includes, but is not limited to, service orders (emergency, urgent, and routine); preventative maintenance (PM) program of fire protection systems (fire alarm systems, automatic sprinkler systems, foam extinguishing systems, FM-200 Fire Suppression systems, and Kitchen fire suppression systems); and inspection, testing, and certification program. Non-recurring work includes, but is not limited to, Unit Priced Labor Work – Subject to Wage Rate Requirements, Unit Priced Labor Work – Service Contract Labor Standards, and Material costs.
Procurement Method: Contracting by Negotiation.
The NAICS Code for this procurement is 561621 and the annual size standard is $22 million.
The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. The minimum guarantee will be the Base Period Recurring work and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule.
Based on market research, there is a reasonable expectation that offers would be obtained from at least two responsible HUBZone small business concerns. Based on the results, the solicitation will be issued as a HUBZone set-aside. The NAVFAC Hawaii small business office concurs with the set-aside determination.
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 PIEE Solicitation Module. See attached PIEE Vendor Registration Guide. All interested offerors shall register in PIEE. No notice of solicitation activity will be provided to interested offerors.
The solicitation utilizes source selection procedures which require offerors to submit a non-price proposal (Corporate Experience, Safety, Licenses and Certifications, and Past Performance), and a price proposal for evaluation by the Government.
Issuance of the solicitation is anticipated on or around 14 March 2023, with a proposal receipt date of 30 days after issuance. Please note that these dates are estimates only and will be as shown on the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- 400 MARSHALL RD
- PEARL HARBOR , HI 96860-3139
- USA
Primary Point of Contact
- Jennifer HUE
- jennifer.m.hue.civ@us.navy.mil
- Phone Number 8084714510
Secondary Point of Contact
History
- Mar 27, 2023 11:58 pm EDTPresolicitation (Updated)
- Feb 27, 2023 08:53 pm ESTPresolicitation (Original)