N6247826R2435 EQUIPMENT OPERATIONS, MAINTENANCE, AND REPAIR SERVICES JBPHH, 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 Navy / NAVFACSYSCOM HAWAII is conducting market research (Sources Sought) to identify potential offerors for Equipment Operations, Maintenance, and Repair Services at Joint Base Pearl Harbor Hickam (JBPHH), Hawaii. This is not a request for proposal, and responses will inform the government's acquisition strategy. Responses are due by March 17, 2026.
Scope of Work
The contractor shall provide all necessary labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items for the maintenance, repair, alteration, inspection, testing, demolition, minor construction, and installation of various systems and equipment. This includes, but is not limited to, Autoclaves, Sterilizers, Boilers, Unfired Pressure Vessels (UPVs), Low Pressure Air Compressor Systems (LPAC), Generators, and Vehicle Wash Racks.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Annual Size Standard: $12.5 million
- Anticipated Contract Term: One-year base period plus four one-year option periods and one six-month option period (maximum 66 months).
- Set-Aside: To be determined based on responses received.
- Response Due: March 17, 2026, 8:00 PM ET
- Published: March 3, 2026
Information Requested
Interested sources capable of providing these services must complete and email the attached sources sought questionnaire (including the references tab) to Kimberly.d.groce.civ@us.navy.mil. Responses should confirm capability, state intent to submit a proposal as a prime contractor, provide full company details (name, address, CAGE Code, DUNS Number, SAM UEI), and business size status (e.g., small business, 8(a), HUBZone, SDVOSB, WOSB). Additionally, provide customer references for similar services valued at $500,000 or more annually within the past seven years, including client name, POC, contract information, and a description of work performed.
Additional Notes
This notice is for information and planning purposes only, and no award will be made from responses. The Government will use the information gathered to determine the appropriate acquisition strategy and potential set-aside method for a future procurement.