Brand Name Supplies and Installation - Joint Base Pear Harbor-Hickam, Hawaii (JBPHH)
ID: N66001-25-Q-6176Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT, REPAIR, REBUILD EQUIPMENT (J)
Timeline
    Description

    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting quotes for brand name supplies and installation services at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement focuses on acquiring specific security system components, including enclosures, controllers, and installation services, all of which must be sourced from designated manufacturers to ensure compliance with technical specifications. This contract is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in defense contracting. Interested vendors must submit their quotes by April 28, 2025, with all inquiries directed to Contract Specialist Martin D. Mejia at martin.d.mejia.civ@us.navy.mil.

    Point(s) of Contact
    Martin D MejiaContract Specialist
    (619) 553-3292
    martin.d.mejia.civ@us.navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    On-Site Shredding Services for Commander, Navy Region Hawaii (CNRH)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking qualified contractors to provide on-site shredding services for the Commander, Navy Region Hawaii (CNRH). The procurement involves the destruction of documents and non-paper media containing Protected Personal Information (PPI) in compliance with federal regulations, including the Privacy Act of 1974, and requires services to be performed bi-weekly at various locations within Joint Base Pearl Harbor-Hickam. This contract, which spans a base year and four option years from December 2025 to December 2030, emphasizes the importance of secure document destruction in safeguarding sensitive information. Interested parties must submit their quotes electronically by 10:00 AM HST on December 17, 2025, and can direct inquiries to Elisha Wallace-Enos at elisha.c.wallace-enos.civ@us.navy.mil.
    Brand Name Requirement for Renesas Electronics Beamformer Chips and Amplifiers
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking to procure brand name Renesas Electronics beamformer chips and amplifiers through a Combined Synopsis/Solicitation. Interested vendors must provide all items and quantities specified in the attached RFQ document, as partial submissions will not be considered. These components are critical for advanced electronic applications within defense systems. Quotes must be submitted via the Procurement Integrated Enterprise Environment (PIEE) by 18 December 2025 at 12:00 PM Pacific Time, with all inquiries directed to Trinity Anglo at trinity.l.anglo.civ@us.navy.mil, referencing RFQ N66001-26-Q-6022.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    TADD BELLMOUTH
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Maritime - Pearl Harbor, is soliciting proposals for the supply of a "TADD BELLMOUTH" (P/N: 04-15-210) under a total small business set-aside. The procurement requires adherence to specific manufacturing and inspection standards, including compliance with various military specifications and a mercury exclusion clause, with a delivery deadline set for January 30, 2026. This equipment is crucial for aircraft maintenance and repair operations, ensuring operational readiness and safety. Interested vendors should contact Tehani Diaz Zelaya-Rios at Tehani.E.DiazZelayaRios.civ@us.navy.mil or call 808-473-8000 for further details and to confirm manufacturer information in their submissions.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    Sources Sought for SCADA Programming NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is conducting market research for SCADA programming services to integrate new relay equipment into an existing Open Systems International (OSI) SCADA software system. The procurement aims to identify potential sources capable of providing programming labor that meets the performance standards of the current OSI system, including updating graphics to reflect the new relay integration. Interested parties are invited to submit technical data and specifications demonstrating compatibility with the existing system by December 22, 2025, at 2:00 p.m. Hawaii Standard Time. Responses should be directed to Mr. Tyler Moon at tyler.r.moon.civ@us.navy.mil or Ms. Ku’ulei Kamikawa at kuulei.m.kamikawa.civ@us.navy.mil.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    6350--Avigilon video surveillance system project
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide an Avigilon video surveillance system for the VA Pacific Islands Healthcare System located in Honolulu, HI. The project involves procuring, installing, and configuring 16 Avigilon network cameras, a Network Video Recorder (NVR), and associated hardware, with the goal of modernizing security infrastructure to enhance safety for Veterans, staff, and visitors while ensuring compliance with federal mandates. This initiative is critical for improving cybersecurity and overall facility safety, particularly in sensitive areas such as mental health and veteran services. Interested parties should direct inquiries to Contract Specialist Mathew B. Czeshinski at Mathew.Czeshinski@va.gov, with the solicitation documents expected to be available around December 10, 2025, and the contract to be awarded as a Firm-Fixed Price contract.
    Total Small Business Set Aside Brand Name: Tecnova Advanced Systems - Thrusters
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes from authorized distributors or resellers for Tecnova Advanced Systems Unmanned Underwater Vehicle (UUV) Thrusters under a Total Small Business Set Aside procurement. The contract aims to acquire specific brand-name thrusters, as only Tecnova Advanced Systems can meet the government's stringent requirements without necessitating costly modifications to existing systems. This procurement is crucial for maintaining operational efficiency and part interchangeability within the Navy's underwater vehicle programs. Interested vendors must submit their quotes by December 17, 2025, at 11:00 a.m. Central Time, and can direct inquiries to Terra Roberts at terra.s.roberts.civ@us.navy.mil, with the total acquisition value expected to be under $350,000.