Operation and Maintenance of the Drainage Canals and Pumps at the Pacific Missile Range Facility (PMRF), Kauai, Hawaii
ID: N6247825R2424Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM HAWAIIPEARL HARBOR, HI, 96860-3139, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)
Timeline
    Description

    The Department of Defense, specifically the Navy's NAVFACSYSCOM Hawaii, is seeking potential contractors for the operation and maintenance of drainage canals and pumps at the Pacific Missile Range Facility (PMRF) in Kauai, Hawaii. The contractor will be responsible for providing comprehensive services, including preventive maintenance, repair, and emergency work related to various mechanical and building systems, while ensuring compliance with environmental regulations, including obtaining a National Pollutant Discharge Elimination System (NPDES) permit. This contract will have a base period of one year with four additional option years, totaling a maximum of 60 months, and is intended to minimize flooding risks at the facility. Interested firms must respond by email to Julie Shimoda at julie.m.shimoda.civ@us.navy.mil by November 4, 2024, using the attached Sources Sought Form S-1, and should provide details of their capabilities and relevant past performance.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Sources Sought Response form associated with Solicitation No. N62478-24-R-2424, aimed at gathering information from firms capable of providing specific services. Potential contractors are required to confirm their capability to perform tasks related to drainage canals, pumps, and related systems, and to verify their eligibility for holding a National Pollutant Discharge Elimination System (NPDES) permit. The form requests details about the firm’s status as a prime contractor as well as its size classification (e.g., small business, woman-owned, etc.). Firms must also provide references for similar work conducted in the past seven years, detailing contracts valued at $900,000 or more annually. Three customer reference templates are included for submission of pertinent project details, including the client's name, contact information, contract specifics, and a description of work performed. The document emphasizes the submission deadline of November 4, 2024, and must be sent via email to the designated Navy representative. The overarching intention of this request is to identify capable vendors for potential engagement in relevant service contracts.
    Similar Opportunities
    Architect-Engineering Services for Comprehensive Long-Term Environmental Action Navy VII (CLEAN VII), Naval Facilities Engineering Systems Command Pacific
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC Pacific), is seeking qualified architect-engineering firms to provide comprehensive long-term environmental action services under the CLEAN VII program. The procurement aims to identify capable small business concerns, including Section 8(a), HUBZone, woman-owned, and service-disabled veteran-owned businesses, to support the Department of the Navy’s Environmental Restoration Program, which includes Installation Restoration and Munitions Response programs in compliance with federal environmental regulations. The contract will encompass a range of services such as site evaluations, remedial designs, and ecological risk assessments, with a total contract value of up to $980 million over a potential five-year period. Interested firms must submit their qualifications and past performance questionnaires by 10:00 AM HST on November 4, 2024, to the designated contacts, Samantha Tomisato and Kori-Ann Tanaka, via email.
    Hawaii Water Management ? Repair Waiahole Reservoirs 155 and 225, Oahu, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the repair of Waiahole Reservoirs 155 and 225 located on Oahu, Hawaii. This project falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction, and involves the repair or alteration of dams as indicated by the PSC code Z2KA. The successful contractor will play a crucial role in maintaining the integrity and functionality of these water management structures, which are vital for local water supply and management. Interested vendors must submit their proposals via the PIEE Solicitation Module, ensuring they are registered as a vendor and have established the necessary user roles. For further inquiries, potential bidders can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at JENNIFER.I.KO@USACE.ARMY.MIL.
    Fuels Recurring Maintenance and Minor Repair, Pacific Ocean Division Japan
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified firms to provide Fuels Recurring Maintenance and Minor Repair services for installations in the Pacific Ocean Division, Japan. This procurement aims to sustain a robust fueling capability for federal petroleum facilities and systems, ensuring compliance with relevant codes and regulations while delivering essential maintenance and repair services. The program is critical for maintaining operational readiness across military branches and includes a three-year performance period with potential extensions. Interested firms must submit their qualifications and experience by 12:00 Noon Central Time on November 18, 2024, to Jasmine Mccullough at jasmine.m.mccullough@usace.army.mil and Lashonda C. Smith at lashonda.c.smith@usace.army.mil.
    M--Operation of Government-Owned Facilities
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY is seeking operation services for government-owned facilities. This service is typically used for the management and maintenance of these facilities. The place of performance is Joint Base Pearl Harbor-Hickam, Pearl Harbor, Hawaii. The notice is set aside for Total Small Business Set-Aside. For more information, contact Kristen Moody at 808-473-7500 or kristen.moody@navy.mil.
    Fuels Recurring Maintenance & Minor Repair - Pacific Ocean Division - Japan (AMEND 02)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified firms to provide Fuels Recurring Maintenance and Minor Repair services for petroleum facilities and systems located in Japan and Diego Garcia. This procurement aims to ensure compliance with established maintenance criteria and regulations while supporting the Defense Logistics Agency – Energy (DLA-E) in delivering effective energy solutions, including renewable and alternative energy sources. The contract is anticipated to span five years, consisting of a 12-month base period and four optional 12-month periods, with responses due by November 18, 2024. Interested firms should submit their qualifications and experience via email to Jasmine McCullough and Lashonda Smith, as no hardcopy or facsimile submissions will be accepted.
    N40084 MAINTENANCE AND CONTROL OF WATER QUALITY FOR TRAINING POOLS AND OTHER WATER FACILITY AT THE U.S. NAVAL AIR FACILITY, ATSUGI, JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the maintenance and control of water quality for training pools and other water facilities at the U.S. Naval Air Facility in Atsugi, Japan. The contract encompasses all labor, management, supervision, tools, materials, and equipment necessary for the maintenance, repair, and alteration of swimming pool water treatment systems, with a focus on both recurring and non-recurring services. This procurement is critical for ensuring the safety and operational readiness of military training environments, emphasizing compliance with Japanese laws and the U.S.-Japan Status of Forces Agreement. Interested contractors should direct inquiries to Midori Otomo at midori.otomo.ln@us.navy.mil or Chito Bong Carabeo at chitobong.f.carabeo.civ@us.navy.mil, with proposals due following the scheduled site visit on October 17, 2024.
    Channel Islands/Port Hueneme Harbors Maintenance Dredging, Ventura County, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the maintenance dredging of federal navigation channels and sand traps at Channel Islands/Port Hueneme Harbors in Ventura County, California. The project involves biennial dredging cycles, with the base bid covering the first cycle and options for two additional cycles, requiring the placement of approximately 150,000 to 200,000 cubic yards of sand onto Silver Strand Beach per cycle, with potential dredge quantities reaching up to 2,500,000 cubic yards. This maintenance work is crucial for ensuring navigational safety and environmental protection in the area, with an estimated contract value between $25 million and $100 million and a total duration of approximately 85 calendar days per dredge cycle. Interested parties should note that the solicitation is expected to be issued on or about July 24, 2024, with a bid opening date of August 26, 2024; for further inquiries, contact Cameron Stokes at Cameron.Stokes@usace.army.mil or Patricia Bonilla at patricia.b.bonilla@usace.army.mil.
    Facility Investment for Regional Maintenance of Grease Trap Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for facility investment related to grease trap services in the Hampton Roads area of Virginia. This procurement is specifically aimed at small businesses and encompasses both recurring and non-recurring maintenance services, structured as a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity contract. The selected contractor will be responsible for ensuring compliance with safety and environmental regulations while maintaining operational readiness at various naval installations. Proposals are due by November 12, 2024, and interested parties can contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil for further information.
    C--The purpose to procure a Design Build Not to Exceed repairs
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified design-build contractors for a project aimed at enhancing infrastructure at the Midway Atoll National Wildlife Refuge. The primary objectives include improving the inner harbor, seawalls, and sewer systems while ensuring compliance with environmental regulations and safeguarding local ecosystems, particularly concerning endangered species. This initiative is part of a broader government effort to secure funding for ecological conservation projects and improve wildlife refuge infrastructure. Interested contractors can contact Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further details, and should note that an Industry Day event is scheduled for November 14, 2024, with RSVPs due by November 7, 2024.
    J--Modification 2 to Presolicitation Synopsis for Vessel Maintenance Service requirement.
    Active
    Dept Of Defense
    Presolicitation Synopsis for Vessel Maintenance service requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking a Vessel Maintenance service at Joint Base Pearl Harbor-Hickam, Hawaii. This service includes maintenance and repair of vessels, logistic support, support equipment maintenance, vessel operation for maintenance purposes, and inventory management. The contract duration will be a 60 day phase-in, followed by a twelve-month base period, three one-year option periods, and one option to extend services for no more than six months. The procurement is set aside for small businesses and will be awarded as a commercial services contract. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 25, 2016.