This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM.gov and NECO (https://www.neco.navy.mil/).
The RFQ number is N0060425Q4012. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Publication Notice 20250117. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541990 and the Small Business Standard is $19.5M. The proposed contract will be a 100 percent set aside for small business concerns. The Small Business Office concurs with the set aside decision.
NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Office requests responses from qualified sources capable of providing fire suppression system inspection, certification, and repair services for Commander, Navy Region Hawaii (CNRH) located on Joint Base Pearl Harbor Hickam (JBPHH) in accordance with the Performance Work Statement (PWS) as attached to this solicitation (Attachment 2):
CLIN 0001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with the PWS)
Base Period. UI: GP
CLIN 0002: Reimbursable Parts Costs NTE $1,000.00 as expressly identified in section 4.2.1 of the PWS
Base Period. UI: GP
CLIN 0003: Reimbursable Service Costs NTE $1,620.00 as expressly identified in section 4.2.3 of the PWS
Base Period. UI: GP
CLIN 1001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with the PWS)
Option Period One (1). UI: GP
CLIN 1002: Reimbursable Parts Costs NTE $1,000.00 as expressly identified in section 4.2.1 of the PWS
Option Period One (1). UI: GP
CLIN 1003: Reimbursable Service Costs NTE $1,620.00 as expressly identified in section 4.2.3 of the PWS
Option Period One (1). UI: GP
CLIN 2001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with the PWS)
Option Period Two (2). UI: GP
CLIN 2002: Reimbursable Parts Costs NTE $1,000.00 as expressly identified in section 4.2.1 of the PWS
Option Period Two (2) UI: GP
CLIN 2003: Reimbursable Service Costs NTE $1,620.00 as expressly identified in section 4.2.3 of the PWS
Option Period Two (2). UI: GP
CLIN 3001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with the PWS)
Option Period Three (3). UI: GP
CLIN 3002: Reimbursable Parts Costs NTE $1,000.00 as expressly identified in section 4.2.1 of the PWS
Option Period Three (3). UI: GP
CLIN 3003: Reimbursable Service Costs NTE $1,620.00 as expressly identified in section 4.2.3 of the PWS
Option Period Three (3). UI: GP
CLIN 4001: Annual Inspection and Certification for the Fire Suppression Systems (in accordance with the PWS)
Option Period Four (4). UI: GP
CLIN 4002: Reimbursable Parts Costs NTE $1,000.00 as expressly identified in section 4.2.1 of the PWS
Option Period Four (4). UI: GP
CLIN 4003: Reimbursable Service Costs NTE $1,620.00 as expressly identified in section 4.2.3 of the PWS
Option Period Four (4). UI: GP
The period of performance shall be as follows:
Base Period 01 JUN 2025 – 31 MAY 2026
Option Year I 01 JUN 2026 – 31 MAY 2027
Option Year II 01 JUN 2027 – 31 MAY 2028
Option Year III 01 JUN 2028 – 31 MAY 2029
Option Year IV 01 JUN 2029 – 31 MAY 2030
Delivery and Principle Performance Location is Arizona Detachment Bldg 3, Hornet Avenue, Pearl Harbor, Hawaii 96860. Responsibility and Inspection: Unless otherwise noted in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Attachments:
Attachment 1 N/A
Attachment 2 Performance Work Statement (PWS)
Attachment 3 Fire Suppression Pricing Sheet
Attachment 4 FAR 52.212-3 CD & 52.204-4
Attachment 5 Wage Determination 2015-5689 rev 24
The following FAR provision and clauses are applicable to this procurement:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan-17)
52.204-7 System for Award Management (Oct 2018)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun-20)
52.204-13 System for Award Management Maintenance (Oct-18)
52.204-16 Commercial and Government Entity Code Reporting (Aug-20)
52.204-18 Commercial and Government Entity Code Maintenance (Aug-20)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Nov-21)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov-21)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21)
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21)
52.204-26 Covered Telecommunications Equipment or Services--Representation (Oct-20)
52.204-7 System for Award Management (Oct-18)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov-15)
52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov-21)
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Nov-21)
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (Oct-14)
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022)
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services Alternate II (DEVIATION 2025-O0003)
52.217-5 Evaluation of Options (Jul-90)
52.217-9 Option to Extend the Term of the Contract (Mar-00)
52.219-28 Post-Award Small Business Program Representation (Oct-22)
52.219-6 Notice of Total Small Business Set-Aside (Nov-20)
52.222-3 Convict Labor (Jun-03)
52.222-36 Equal Opportunity for Workers with Disabilities (Jun-20)
52.222-41 Service Contract Labor Standards (Aug 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)
52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014)
52.222-50 Combating Trafficking in Persons (Nov-21)
52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (May-14)
52.223-6 Drug-Free Workplace (May-01)
52.225-13 Restrictions on Certain Foreign Purchases (Feb-21)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Oct 2018)
52.232-39 Unenforceability of Unauthorized Obligations (Jun-13)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov-21)
52.233-3 Protest after Award (Aug-96)
52.233-4 Applicable Law for Breach of Contract Claim (Oct-04)
52.245-9 Use and Charges (Apr-12)
52.252-5 Authorized Deviations in Provisions (Nov-20)
52.252-6 Authorized Deviations in Clauses (Nov-20)
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep-11)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec-22)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep-22)
252.204-7003 Control of Government Personnel Work Product (Apr-92)
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Jan-23)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan-23)
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (Dec-19)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (May-21)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan-23)
252.209-7010 Critical Safety Items (Aug-11)
252.211-7003 Item Unique Identification and Valuation (Jan-23)
252.219-1 Small Business Program Representations--Alternate I (Sep-15)
252.223-7008 Prohibition of Hexavalent Chromium (Jan-23)
252.225-7001 Buy American and Balance of Payments Program—Basic (Jan-23)
252.225-7012 Preference for Certain Domestic Commodities (Apr-22)
252.225-7048 Export-Controlled Items (Jun-13)
252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May-22)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan-23)
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Regions (Jun 23)
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) (May-20)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (DEVIATION 2020-O0015) (May-20)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec-18)
252.232-7006 Wide Area WorkFlow Payment Instructions (Jan-23)
252.232-7010 Levies on Contract Payments (Dec-06)
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jan-23)
252.244-7000 Subcontracts for Commercial Items (Jan-23)
252.246-7003 Notification of Potential Safety Issues (Jan-23)
252.246-7008 Sources of Electronic Parts (Jan-23)
252.247-7023 Transportation of Supplies by Sea—Basic (Jan-23)
Contract Provisions and Clauses Specific to Cost Reimbursable CLIN(s) only
52.242-1 Notice of Intent to Disallow Costs (Apr-84)
52.243-2 Changes—Cost Reimbursement (Aug-87)
52.246-3 Inspection of Supplies—Cost-Reimbursement (May-01)
52.246-5 Inspection of Services—Cost Reimbursement (Apr-84)
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of provision)
52.252-2 Clauses Incorporated By Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)
52.252-5 Authorized Deviations in Provisions (Nov 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in Clauses (Nov 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
Questions regarding the solicitation: Questions shall be submitted electronically to
kesha.m.kishinami.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall
clearly reference the RFQ N0060425Q4012 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 0800 HST (Hawaii Standard Time) on Wednesday, 0800 HST, 16 APR 2025. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.
This announcement will close at 0800 HST on Monday, 21 APR 2025. Contact Kesha Kishinami, who can be reached at kesha.m.kishinami.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which may considered by the agency.
Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery timeframe, and a determination of responsibility.
To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.
The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Supplier Performance Risk System (SPRS), and Contractor Performance Assessment Reporting System (CPARS). The Government intends to evaluate quotations and award a contract based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential Quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, Solicitation No. N0060425Q4012, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********