Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N6247824R2423
The work includes, but is not limited to, providing all labor, management, supervision, tools, material, and equipment required to perform annual maintenance and functional/operational tests of leak d...
The work includes, but is not limited to, providing all labor, management, supervision, tools, material, and equipment required to perform annual maintenance and functional/operational tests of leak detection and monitoring systems for storage tanks and repair work of the storage tank systems and leak detection monitoring systems to maintain compliance with Government regulations. Certification from Veeder-Root, Ronan and Red Jacket shall be obtained prior to working on those systems. Personnel performing any work on these systems shall be trained and qualified on proper service procedures and hazards involved. Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 541380 and the annual size standard is $19,000,000. 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 2020. 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 16 February, 2024, there is a reasonable expectation that offers would be obtained from at least two responsible small business concerns. The subject solicitation will be issued as a small business 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://www.sam.gov when it becomes available. Proposals shall be submitted using PIEE solicitation module. See attached PIEE Vendor Registration Guide. All interested offererors 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, past performance and experience information, and a price proposal for evaluation by the Government. Proposal receipt date is approximate and will be as shown on the solicitation.