Presolicitation Notice: FACILITIES AND LIGHTING MAINTENANCE SERVICES at Joint Base Pearl Harbor Hickam, Oahu, 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) has issued a Presolicitation Notice for Facilities and Lighting Maintenance Services at Joint Base Pearl Harbor Hickam, Oahu, Hawaii. This requirement is designated as an 8(a) competitive set-aside. The solicitation will seek proposals for comprehensive maintenance, repair, alteration, demolition, and minor construction services. The proposal receipt date is To Be Determined (TBD).
Scope of Work
The contractor will provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and incidental engineering for:
- Building and Structures: Memorial Fountain, HEMP Shelters, Water Storage Tanks, Re-lamping, Ballast Renewal, and Incidental Electrical Repair within Light Fixtures.
- Building Systems: Facility Ventilation Intake, Exhaust Filters, Dust Collector Filter Cartridges, Swimming Pools, Training Facilities, High Security Revolving Doors, Circle Interlocking Doors, Reverse Osmosis Systems, Photovoltaic (PV) Systems, Solar Hot Water Systems, and Uninterruptible Power Systems (UPS).
- High Altitude Electromagnetic Pulse (HEMP) Shelters: Maintenance of Hardness Critical Assemblies (HCA’s).
- Locksmith Facility Investment Services: Repair/Installation/Neutralization of locks, locking hardware, and devices; Key Duplication; Pinning cylinders (KD, KA, MK systems); and Combinating/Re-Combinating locks.
Contract & Timeline
- Contract Type: Negotiated, Indefinite Delivery/Indefinite Quantity (IDIQ).
- Duration: A 12-month base period, four 12-month option periods, and one six-month option to extend services, totaling a maximum of 66 months.
- Set-Aside: 8(a) Competitive Set-Aside (NAICS 561210, size standard $47 Million).
- Product Service Code (PSC): Z1JZ (Maintenance Of Miscellaneous Buildings).
- Previous Contract Value: This contract replaces two previous contracts from 2021, with a combined total of $2,714,719.00 for recurring work and $1,500,534.00 for non-recurring work during the 12-month base period.
- Solicitation Release: To be published on SAM.gov.
- Proposal Due Date: TBD.
Evaluation
Award will be based on source selection procedures requiring offerors to submit both a non-price proposal (covering Corporate Experience, Qualifications, Safety, and Past Performance) and a price proposal for government evaluation.
Additional Notes
Interested offerors must view and download the solicitation and attachments from SAM.gov once available. Proposals shall be submitted using the Procurement Integrated Enterprise Environment (PIEE) Solicitation Application. All interested offerors must register in PIEE. No separate notice of solicitation activity will be provided. Contact Kimberly Groce at kimberly.d.groce.civ@us.navy.mil or 808-347-2629 for inquiries.