Skip to main content

An official website of the United States government

You have 2 new alerts

IRC OPERATIONS AND MAINTENANCE (O&M) - 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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 20, 2023 04:49 pm EDT
  • Original Published Date: Aug 17, 2023 05:30 pm EDT
  • Updated Date Offers Due: Sep 22, 2023 05:00 pm EDT
  • Original Date Offers Due: Sep 22, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 07, 2023
  • Original Inactive Date: Oct 07, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Honolulu , HI 96818
    USA

Description

September 12, 2023 Questions received about this soliciatation and answers to the questions are attached.

The U.S Department of Commerce (DOC) Office of the Secretary and National Oceanic and Atmospheric Administration Office (NOAA) has the responsibility of ensuring the safe operation and maintenance (O&M) of all NOAA facilities and other assets. Currently the NOAA Inouye Regional Campus (IRC) has a requirement for the continued operation and maintenance of its present facility, located in Honolulu, Hawaii.  The requirement, which falls under the cognizance of the Office of the Chief Administrative Officer’s (OCAO) Facilities Management Branch (FMB), includes four (4) major buildings encompassing over 360,000 square feet of various types of occupied spaces and will also include pier functions. OM&R services are required twenty-four (24) hours per day, seven (7) days per week, and three hundred and sixty-five (365) days per year. 

The requirement is to procure complete facilities maintenance services necessary to perform day-today functions to maintain, operate and repair all building systems and components; maintain Building Management System (BMS) vehicles in a safe operational condition, conduct daily shipping, receiving and campus warehousing operations, serve as key control manager and issue per guidance from BMS; move equipment and furniture within the buildings; provide systematic control and storage, transportation, processing treatment, recovery and disposal of hazardous waste in accordance with federal, state and local regulations. Additionally, pier operations are provided to NOAA/Charter vessels using the pier at the IRC to include connections to shore utilities as necessary. Services also include elevator inspections and maintenance repair, energy management control system maintenance, building/window washing, and pest control.

This solicitation 1305M423RNAAJ0020 is a Request for Proposal for Commercial Services prepared in accordance with the format in Subpart 37 in conjunction with FAR Part 15 procedures, as supplemented with additional information included in this notice. This combined synopsis/solicitation constitutes the only announcement that will be issued.  This acquisition is conducted under the authority of (15 USC 637(a)(1)) and the Federal Acquisition Regulation (FAR) Part 19.2.212-8, and the executed Partnership Agreement between the U.S. Small Business Administration (SBA), this acquisition is being performed as 8(a) Competitive Award – SBA No: EH1649800630X.

A new Hybrid contract to include Firm Fixed Price (FFP) Time and Materials (T&M) CLIN for planned and unplanned/emergency maintenance is intended to be awarded from this solicitation.

The Period of Performance (POP) will be one (1) 12-months base period plus four (4) 12-months option periods.

The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 – Facilities Support Services. Its associated Small Business Size Standard is $32.5 million.

Contact Information

Contracting Office Address

  • CORPORATE SERVICES ACQUISITION DIV. 1325 EAST WEST HWY, RM. 11323
  • SILVER SPRING , MD 20910
  • USA

Primary Point of Contact

Secondary Point of Contact

History