Replacement of Chill Water Pumps for Bldg 3408 - HIANG Campus, JBPHH, HI
ID: W50SLF-24-Q-119JType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M4 USPFO ACTIVITY HIANG 154HONOLULU, HI, 96816-4495, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army National Guard, is soliciting quotes for the replacement of chill water pumps at Building 3408 on the Joint Base Pearl Harbor-Hickam campus in Hawaii. The project requires the contractor to furnish and install two new chill water pumps to replace failing existing models, ensuring compliance with safety and operational standards as outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining the efficiency of the facility's cooling systems, which are essential for operational readiness. Interested small businesses must submit their proposals electronically by September 17, 2024, following a site visit scheduled for September 10, 2024, and can direct inquiries to Cezar Y. de Veas at cezar.y.deveas.mil@army.mil or by phone at 808-844-6422.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications and mechanical plans for the F-22 Low Observable/Composite Repair Facility at Hickam Air Force Base, Hawaii. It details piping requirements, including the installation of chilled water systems and connections between different pipe types (HDPE and steel). Key features include the specifications for chilled water pumps, including types, capacities, and service locations, ensuring adequate flow rates and efficiency levels for the cooling systems. General notes emphasize safety protocols in hazardous areas and the need for properly classified electrical work. The document serves as a technical guide for contractors and engineers involved in the facility's construction and renovation, emphasizing compliance with relevant codes and the integration of efficient mechanical systems. This RFP is a part of federal efforts to enhance military infrastructure with state-of-the-art systems conducive to advanced aircraft maintenance and repair.
    The Performance Work Statement (PWS) outlines the requirements for the replacement of chill water pumps at Building 3408 on Hickam AFB. The contractor is to furnish and install two new chill water pumps to replace failing existing models. Key responsibilities include safely shutting down the chillers, removing and disposing of the old pumps, properly connecting the new equipment, and conducting pressure tests and operational checks to ensure functionality and compliance with regulatory standards. The performance period for this project is 120 days, and services must be provided during weekdays, avoiding recognized holidays. Emphasis is placed on quality control and quality assurance processes, with the contractor required to maintain compliance with all applicable regulations and provide training for users, along with operational and maintenance manuals. Additionally, the document covers security protocols, access requirements, and contractor responsibilities regarding identification and conduct while on the government property. Overall, this PWS serves as a comprehensive directive outlining expectations for contractor performance in the replacement of chill water pumps, ensuring operational efficiency and adherence to safety standards within government facilities.
    The document outlines specific provisions and requirements related to government contracting, specifically concerning telecommunications and video surveillance equipment and services within the framework of federal RFPs and grants. It emphasizes compliance with the John S. McCain National Defense Authorization Act’s prohibitions on covered telecommunications equipment, mandating that offerors represent their usage and procurement of such equipment. Additionally, it details procedures for submissions and criteria for small business classifications, requiring significant documentation about the components of proposed solutions. Offerors must disclose whether they utilize covered telecommunications equipment and certify adherence to federal regulations regarding labor standards and reporting. Overall, this document serves as a guideline for federal contracting processes while ensuring compliance with applicable laws and promoting responsible business practices among contractors. It highlights the importance of transparency, accountability, and information security in government acquisitions.
    The document is the "Register of Wage Determinations" issued by the U.S. Department of Labor, detailing wage rates for employees under the Service Contract Act. It mandates compliance with Executive Orders regarding minimum wage for contracts awarded or renewed after January 30, 2022, stipulating a minimum of $17.20 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour under Executive Order 13658. The wage determination includes detailed wage rates for various occupations, spread across multiple categories and specific locations, including American Samoa and Hawaii. Furthermore, employees are entitled to benefits such as health and welfare provisions, paid sick leave under EO 13706, vacation, and holiday compensation. The document also outlines the procedure for adding classifications and wage rates for unlisted job categories through a conformance process, ensuring fair compensation for workers. This comprehensive guide serves federal contractors, ensuring compliance with labor standards and the protection of workers' rights during government-funded projects.
    A site visit has been scheduled for contractors regarding the Chiller Water Pumps Replacement project at Joint Base Pearl Harbor-Hickam, Hawaii, under RFQ No. W50SLF-24-Q-119J. The meeting point will be at the CE Building (335 Gardner Drive, Building 3392) on September 10, 2024, at 7:30 am HST. Contractors will be escorted to the project location at Building 3408. Relevant Google Maps links for the CE Building are provided for convenience. This organized site visit is essential for contractors to familiarize themselves with project specifics ahead of proposal submissions, adhering to the standards and requirements set forth in federal RFPs and grants processes.
    The Hawaii National Guard is issuing a Request for Quote (RFQ) for the procurement of two new chill water pumps to be installed in Building 3408 at their campus. This solicitation, designated as W50SLF-24-Q-119J, is exclusively open to small businesses under the NAICS Code 238220 with a size standard of $19 million. The chosen contractor must supply and install the pumps within 120 days of order receipt, in accordance with the Performance Work Statement (PWS). Submission requirements include detailed technical descriptions, a breakdown of costs, and proof of compliance with various federal provisions and clauses. Proposals must be submitted electronically by September 17, 2024, with price being the sole evaluation criterion. A site visit has been scheduled for September 10, 2024, to allow interested vendors to assess requirements. The government reserves the right to reject all bids if no acceptable offers are received. This solicitation underscores the government's commitment to engaging small businesses while ensuring compliance with federal acquisition regulations and certifications.
    The document is a response to inquiries related to the Request for Proposal (RFP) KNMD240028 for the replacement of chiller water pumps at JBPHH, Hawaii. It specifically addresses a question regarding the electrical safety of pump no. 2, which lacks a cover, leaving the wiring exposed. The response confirms that both the flex piping connected to the electrical box and the wiring connection for pump no. 2 should be replaced to ensure safety standards are met. This exchange highlights the importance of compliance with safety regulations in the context of federal procurement processes, emphasizing the need for clarity and thoroughness in contractor communications concerning project specifications and requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PUMP, DEWATERING
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is seeking qualified vendors to submit offers for the procurement of four Prosser 9-50134-03 submersible dewatering pumps, each with a 5.0 HP capacity and a 50-foot waterproof cord. This solicitation, identified by number SPMYM4-24-Q-4250G260, emphasizes the importance of prompt delivery to a designated military facility in Hawaii, adhering to the Federal Acquisition Regulation (FAR) guidelines for commercial items and simplified acquisition procedures. Interested small business vendors must submit their quotes by 11:00 AM Hawaii Standard Time on September 19, 2024, and can direct inquiries to Jaynai L. Aldeguer at jaynai.l.aldeguer.civ@us.navy.mil or by phone at 808-473-8000 ext. 4186.
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    Oil Water Seperator services Hawaii ANG
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for Oil Water Separator (OWS) services at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The contractor will be responsible for servicing two OWS units, including the removal, transport, recycling, and disposal of accumulated oily water and petroleum products from multiple Hawaii Air National Guard facilities. This contract is crucial for maintaining environmental compliance and operational efficiency at the base, with a performance period starting from September 28, 2024, to September 27, 2025, and options for four additional years. Interested small businesses, particularly those eligible for HUBZone or Women-Owned Small Business programs, should submit their proposals, including technical descriptions and pricing, to the primary contact, Clesson Paet, at clesson.k.paet.civ@army.mil by the specified deadline.
    HI ANG Mega Door Repair B3428
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair of the Megadoor systems at Building 3428 located at the Hawaii Air National Guard campus in JBPHH, Hawaii. The contractor will be responsible for providing all necessary personnel, equipment, and quality control to perform repairs, which include replacing rusted mullion chains, upgrading man door switches, and replacing control panel stop buttons and a phase monitor. This project is crucial for maintaining operational functionality of the facility's infrastructure and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must submit proposals by September 20, 2024, following a pre-proposal conference on September 11, 2024, and can contact Clesson Paet at clesson.k.paet.civ@army.mil for further information.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for maintenance services of Uninterruptible Power Supply (UPS) systems at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The contract, designated under solicitation number FA521524Q0003, requires the contractor to provide preventive maintenance, battery replacement, and 24/7 emergency support for Schneider Electric APC UPS units, ensuring the reliability of power for Sensitive Electronic Equipment Systems (SEES). This procurement is critical for maintaining operational capabilities at the 613th Air Operations Center, with a contract duration from September 30, 2024, to September 29, 2025, and options for up to five additional years. Interested small businesses must submit their quotes by September 23, 2024, and may direct inquiries to Joshua Ziegler at joshua.ziegler.3@us.af.mil or Daniel Callahan at daniel.callahan.7@us.af.mil.
    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 in Oahu, Hawaii. This procurement aims to address the repair or alteration of dams, which is critical for maintaining water management infrastructure in the region. Interested contractors must submit their proposals via the PIEE Solicitation Module, ensuring they are registered as vendors and have established the necessary user roles. 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 proposals due as specified in the solicitation documents.
    DRAFT: REPLACE CHILLERS AND PUMPS, B2326 (DB)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the replacement of chillers and pumps at facility B2326. This procurement aims to enhance the efficiency and reliability of the HVAC systems, which are critical for maintaining operational environments. The project falls under the NAICS code 238220, focusing on plumbing, heating, and air-conditioning contractors, and is set aside for small businesses in accordance with FAR 19.5 regulations. Interested parties should log in to https://piee.eb.mil and search for 'FA302024RM006' for further details, and can reach out to primary contact Lindsay Brown at lindsay.brown.10@us.af.mil or 940-676-4423 for inquiries.
    Atmospheric Water Generators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of Atmospheric Water Generators (AWGs) through Request for Quotation (RFQ) FA521524Q0016, which is exclusively set aside for small businesses. The AWGs must meet specific requirements, including dimensions between 14.5”x16.5”x24” and 24”x24”x25”, a daily water output of at least 20 gallons, a minimum water storage capacity of 10 gallons, and advanced filtration and solar capabilities. This procurement reflects the Air Force's commitment to sustainable water solutions and the utilization of commercial products to meet operational needs. Interested vendors must submit their quotes by September 20, 2024, at 1:00 pm HST, and can direct inquiries to Ssgt Daniel Callahan at daniel.callahan.7@us.af.mil or AMN Angel Liu at angel.liu@us.af.mil.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.