Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:N62478-22-R-2498
The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to p...
The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform Maintenance, Repair, Operations or Overhaul Services for the Admiral Clarey (Ford Island) Bridge Facility, Pearl Harbor, Hawaii, by means of a combination Indefinite Delivery Indefinite Quantity (IDIQ) contract, comprised of recurring and non-recurring work items. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the Admiral Clarey Bridge Facility at Ford Island, including preventive maintenance (including bridge operation), trouble calls, and repairs. The work will include the bridge's viaduct, hinged transition spans, movable pontoon, hydraulic systems (which includes the hydraulic controlled machinery and lift cylinders), microwave communications, integrated bridge control system, pontoon leak detection, closed circuit television, roadway traffic signal and control, fire and intrusion detection, bridge electrical systems, catwalks, fixed ladders and landings, and other supporting components necessary to maintain the bridge's operational and safety standards. Recurring work includes, but is not limited to, bridge retraction and extension operation, service orders, preventative maintenance of bridge and components, inspection, testing, and certifications. Non-recurring work includes, but is not limited to, unit priced labor work and parts, material, special equipment, tools, and unscheduled/emergency retract/extend bridge pontoon operation. Procurement Method: Contracting by Negotiation The NAICS Code for this procurement is 488490 and the annual size standard is $8 million. 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. Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards. 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 2017 for $636,524.96 (recurring work portion for the 12-month base period) and $126,196.56 (non-recurring work maximum value for the 12-month base period). 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. Based on market research, including a sources sought notice issued on November 18, 2021, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns. Since the requirement is currently in the 8(a) program, the 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, at https://sam.gov/ when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. The Government will only accept offers from 8(a) concerns. The solicitation will utilize source selection procedures which require offerors to submit a non-price and a price proposal for evaluation by the Government. Proposal receipt date is approximate. The actual date will be shown on the RFP.