Loading...
N0060426Q4035
Response Deadline
May 20, 2026, 8:00 PM(HST)7 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Part 12. 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 SAM.gov.
The RFQ number is N0060426Q4035 is issued as a request for quotation (RFQ) for preventative maintenance, calibration, installation and certification service of analytical equipment. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The NAICS code is 811310 and the Small Business Standard is 12.5 (millions of dollars).
The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.103-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government.
A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The NAVSUP FLCPH Regional Contracting Department requests responses from a contractor authorized to provide preventative maintenance, calibration, installation and certification service of analytical equipment IAW the PWS for the Commander Navy Region Hawaii (CNRH) in accordance with Attachment 1.
CLIN Structure
CLIN 0001 Preventative maintenance, calibration, installation and certification service of analytical equipment IAW the PWS.
Period of performance
18 June 2026 – 17 June 2027
Place of Performance
CNIC JB Fuels Department Laboratory
300 Neches Avenue
JBPHH, HI 96860
Responsibility and Inspection unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
This requirement will result in a Firm-Fixed Price (FFP) purchase order and payment will be electronic through the wide area workflow (WAWF).
ATTACHMENTS:
ATTACHMENT 1: Performance Work Statement
ATTACHMENT 2: Sole Source Justification Redacted
ATTACHMENT 3: Wage Determination 2015-5689 Rev 28
ATTACHMENT 4: Applicable FAR and DFARS Provisions & Clauses
Service Contract Labor Standards are applicable and the FAR clauses related to it are applicable to this requirement.
Applicable FAR and DFARS clauses will apply to the resulting contract.
QUESTIONS: Questions may be submitted electronically to Liane Pekelo-Passmore at liane.m.pekelo-passmore.civ@us.navy.mil no later than 10:00 AM HST (Hawaii Standard Time) on 18 May 2026. 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. Emails sent to this address shall clearly reference the RFQ N0060426Q4035 in the subject line. Oral queries will not be accepted. Other methods of submitting questions will not be acknowledged or addressed.
CLOSE DATE: This announcement will close at 10:00 AM HST on 20 May 2026. Quotes shall be submitted electronically to liane.m.pekelo-passmore.civ@us.navy.mil no later than 10:00 AM HST (Hawaii Standard Time).
A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
EVALUATION: Procedures in FAR 12.203 are applicable to this procurement. The submission of a quote shall mean that the Quoter does not take any exceptions to the Statement of Work requirements. 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, responsibility, and a technically acceptable quote.
Technical Acceptability will be rated on an ACCEPTABLE or UNACCEPTABLE basis using the ratings in the table below.
Technical Acceptable/Unacceptable Ratings
Adjectival Rating Description:
Acceptable Offer clearly meets the minimum technical requirements of the solicitation.
Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation.
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), a point of contact, name and phone number, 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 ********
Liane Pekelo-Passmore
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSUP
NAVSUP GLOBAL LOGISTICS SUPPORT
NAVSUP FLC PEARL HARBOR
NAVSUP FLT LOG CTR PEARL HARBOR
NAVSUP FLT LOG CTR PEARL HARBOR
SUITE 100
1942 GAFFNEY STREET
PEARL HARBOR, HI, 96860-4549
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
Set-Aside
No Set aside used