Skip to main content

An official website of the United States government

You have 2 new alerts

Fluke OTDR Maintenance

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: Solicitation (Updated)
  • Updated Published Date: Feb 04, 2025 12:20 pm HST
  • Original Published Date: Jan 31, 2025 08:33 am HST
  • Updated Date Offers Due: Feb 06, 2025 10:00 am HST
  • Original Date Offers Due: Feb 04, 2025 10:00 am HST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 21, 2025
  • Original Inactive Date: Feb 19, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code: J052 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    JBPHH
    USA

Description

4 February 2025

*** Note: The solicitation due date has been extended and is now for full and open competition. All other terms and conditions remain unchanged.

Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is a US Navy regional industrial center that maintains, overhauls and repairs various vessels of the US Navy. Its industrial operations provide the US naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support to submarines, surface vessels and shore based activities in the Pacific.

Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested and capable of performing maintenance, repairs and calibration services on the Fluke DSX-80000 QOI Optical Time-Domain Reflectometer (OTDR) per Draft Performance Work Statement (PWS) specifications.

The tentative period of performance for this requirement is from 12 February 2025 to 11 February 2026. If you are unable to meet the Period of Performance date, please submit soonest availability with submission of quotation.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811210 - Electronic And Precision Equipment Repair And Maintenance and the small business size standard is $34 million. The Product Service Code is J052 – Industrial Products Install/Maintenance/Repair.

Please note the following:

  • The solicitation number for this requirement is N32253-25-Q-0014.
  • Quotes are due no later than Tuesday 4 February 2025 at 10:00 AM 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 solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2025-02, DFARS 12/18/2024, and NMCARS 18-22.

•In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 3 pages) that clearly demonstrate thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible.

•All quotation submissions need to include completion of FAR 52.204-24, 52.204-26, and 52.212-3.

•As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a.and 30a.-30c. (SF 1449 page 1) and CLIN information (0001 - SF 1449 page 3) completed… submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions.

•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 Government Point of Entry (GPE) website, https://sam.gov/, to view potential amendments and procurement notifications for this solicitation.

•Contract award will be in accordance with 52.212-2 as stated in the solicitation. All questions regarding solicitation N32253-25-Q-0014 shall be submitted in writing via email to the listed POCs. Questions are due 3 February 2025 at 8:00 AM HST.

Contact Information

Contracting Office Address

  • 667 SAFEGUARD ST SUITE 100
  • PEARL HARBOR , HI 96860-5033
  • USA

Primary Point of Contact

Secondary Point of Contact

History