Skip to main content

An official website of the United States government

You have 2 new alerts

Air Conditioning Equipment and Direct Digital Control (DDC) Systems Maintenance and Repairs at Various Locations, Oahu, Hawaii at Joint Base Pearl Harbor-Hickam and outlying areas

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Original)
  • Original Published Date: Apr 06, 2022 11:32 am HST
  • Original Response Date: May 16, 2022 02:00 pm HST
  • Inactive Policy: Manual
  • Original Inactive Date: May 31, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    JBPHH , HI 96860
    USA

Description

N62478-22-R-2497, AIR CONDITIONING EQUIPMENT AND DIRECT DIGITAL CONTROL (DDC) SYSTEMS MAINTENANCE AND REPAIRS AT VARIOUS LOCATIONS, OAHU, HAWAII

The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Air Conditioning Equipment and Direct Digital Control (DDC) Systems Maintenance and Repairs at Various Locations, Oahu, Hawaii at Joint Base Pearl Harbor-Hickam and outlying areas.  The work includes, but is not limited to, performing maintenance, repair, alteration, demolition and minor construction for the following:

          Building and Structure

          • Structural Components

          • Tanks

          • Pipelines

          Building Systems

          • Chemical Free Cooling Towers

          • Closed circuit coolers serving low pressure/high pressure air compressors.

          • Cooling Towers and Chillers.

          • Direct Digital Control (DDC) Systems.

          • HVAC systems, HVAC sub-systems.

          • HVAC systems components and HVAC sub-systems components.

          • Preventive Maintenance (PM) Program.

          • Water analysis and treatment services for HVAC systems and Cooling Towers.

All maintenance and repair shall be performed by personnel trained and certified by the Original Equipment Manufacturer (OEM). 

- Personnel maintaining, repairing, inspecting, testing, operating, or rigging WHE shall be qualified per NAVFAC P-307. 

- 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 5090.1 Chapter 6. 

- Technicians who maintain, service, repair, or dispose of equipment that could release refrigerants into the atmosphere must be certified per EPA regulations (40 CFR Part 82, Subpart F) under Section 608 of the Clean Air Act, universal preferred. 

- Personnel working with or on electrical or electronic equipment must be trained and certified per NAVFAC MO-200. 

- 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. 

- All maintenance trade personnel certifying or inspecting repair or maintenance work that does not require an inspector certified by a governing directive shall be qualified at the journeyman level. 

- The Contractor shall submit proof of all certification, training, and licensing requirements.

A Secret Facility Clearance will be required.

Procurement Method: Contracting by Negotiation

The NAICS Code for this procurement is 238220 and the annual size standard is $16,500,000.00.

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.  This contract will replace a contract for similar services awarded in September 2017 for $2,129,689.68 (recurring work) and $262,227.50 (nonrecurring work).  Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package.  Requests under the Freedom of Information Act are not required for this information.

The Government does not intend to use FAR Part 12 for the Acquisition.

Based on market research, including a sources sought notice issued on February 24, 2022, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns.  The subject solicitation will be issued as an 8(a) competitive 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, by clicking on the PIEE link at https://www.sam.gov, when it becomes available.  Proposals shall be submitted using the PIEE Solicitation Module.  See attached PIEE Solicitation Module Vendor Access Instructions.  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, and Past Performance) and a price proposal for evaluation by the Government.  Proposal receipt date is approximate and will be as shown on the solicitation.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History