AC Preventive Maintenance and Services at JMSC-IP building 1503 Scofield Barracks Hawaii
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, through its 0413 AQ HQ RCO-HI office, is conducting a Sources Sought to identify qualified small businesses for AC Preventive Maintenance and Services at the Joint Multinational Simulation Center (JMSC-IP), Building 1503 & 1508, Schofield Barracks, Hawaii. This effort includes remedial maintenance, preventative maintenance (PM), service reports, and emergency repairs for 10 3-ton Bard units, 6 4-ton Bard units, and one Mitsubishi City-Multi ACCU. Responses are due by April 29, 2025.
Scope of Work
The contractor shall provide all necessary equipment, tools, materials, parts, and services for:
- Preventive Maintenance (PM): Quarterly services for 10 3-ton Bard units, 6 4-ton Bard units, and one Mitsubishi City-Multi ACCU. PM includes inspection, lubrication, cleaning, adjustments, and replacement of defective parts to ensure full operational capability. The first PM is due within the first month of the contract.
- Remedial Repairs: Responding to work requests beyond PM scope with a 4-hour phone/fax/email response, on-site assessment within 3 working days, and a scope/cost estimate within 2 working days post-assessment.
- Emergency Repairs: Immediate response with a 2-hour on-site response, assessment and cost proposal within 4 hours, and repairs to restore full operational capability within 6 working hours.
- Parts Replacement: All replacement parts must be new, equivalent to manufacturer's original, and reimbursed based on actual cost without profit, requiring justification and COR approval.
Performance Standards
- PM Schedule: Submit within 5 working days of contract start; maintenance within 5 working days of scheduled date; assessment report within 2 working days of PM completion.
- Remedial Repair: On-site response within 4 hours (98% AQL); restoration within 3 working days.
- Emergency Repair: On-site response within 2 hours (98% AQL); restoration within 6 working hours.
- Reporting: Submit PM schedule within 5 days of contract start; repair reports within 2 working days of completion; provide a completed service repair report for each service.
Contract & Timeline
- Type: Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 29, 2025, 11:00 PM Z
- Published Date: April 21, 2026, 10:50 PM Z
Place of Performance
Building 1503 & 1508, Joint Multinational Simulation Center, Schofield Barracks, Hawaii, 96857, United States. Performance hours are normal duty hours (7:30 a.m. - 4:30 p.m. HST, Monday-Friday) for remedial and PM, with emergency repairs potentially outside these hours.
Special Requirements
- Quality Control: Contractor must establish and maintain a QC program.
- Disposal: Responsible for all waste and debris disposal.
- Personnel: Provide a 24/7 Point of Contact (POC) and a local Program Manager residing on Oahu. Personnel information required for Installation Access Passes.
- Safety: Implement a safety program conforming to OSHA and other relevant laws.
- Warranty: 180-day warranty on all repair and replacement services; responsible for manufacturer warranty work.
- Reporting: Contractor Manpower Reporting (CMR) required via https://cmra.army.mil.
Contact Information
- Primary: Alan Henrichson (alan.l.henrichson.civ@army.mil, 808-787-0251)
- Secondary: Chris Doyle (christopher.s.doyle.civ@army.mil, 808-787-8836)