Respiratory Air Management Program (RAMP) Maintenance Services

SOL #: N0060426Q0004Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PEARL HARBOR
PEARL HARBOR, HI, 96860-4549, United States

Place of Performance

JBPHH, HI

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Quality Control Services: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials (H142)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 25, 2025
2
Last Updated
Dec 2, 2025
3
Submission Deadline
Dec 8, 2025, 10:00 PM

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.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.

The RFQ number is N0060426Q0004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Publication Notice 20251024. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.

The clauses may be accessed in full text at these addresses: https://www.acquisilion.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811310 and the Small Business Standard is 12.5 (millions of dollars).

The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1 (b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government.

A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The NAVSUP FLCPH Regional Contracting Department requests responses from contractors authorized to provide Respiratory Air Management Program (RAMP) Maintenance Services for the Commander Navy Region Hawaii (CNRH) in accordance with Attachment 1.

CLIN Structure

CLIN 0001 Function Test and Inspection-Annual Certification

CLIN 0002 Parts and Repairs

CLIN 0003 RIC Kit Inspection and Pressure Test-Annual Certification

CLIN 0004 Escape Packs Function Test and Inspection-Annual Certification

CLIN 1001 Function Test and Inspection-Annual Certification

CLIN 1002 Parts and Repairs

CLIN 1003 RIC Kit Inspection and Pressure Test-Annual Certification

CLIN 1004 Escape Packs Function Test and Inspection-Annual Certification

CLIN 2001 Function Test and Inspection-Annual Certification

CLIN 2002 Parts and Repairs

CLIN 2003 RIC Kit Inspection and Pressure Test-Annual Certification

CLIN 2004 Escape Packs Function Test and Inspection-Annual Certification

CLIN 3001 Function Test and Inspection-Annual Certification

CLIN 3002 Parts and Repairs

CLIN 3003 RIC Kit Inspection and Pressure Test-Annual Certification

CLIN 3004 Escape Packs Function Test and Inspection-Annual Certification

CLIN 4001 Function Test and Inspection-Annual Certification

CLIN 4002 Parts and Repairs

CLIN 4003 RIC Kit Inspection and Pressure Test-Annual Certification

CLIN 4004 Escape Packs Function Test and Inspection-Annual Certification

Period of performance

Base Period: 29 DEC 2025 – 28 DEC 2026

Option Year One: 29 DEC 2026 – 28 DEC 2027

Option Year Two: 29 DEC 2027 – 28 DEC 2028

Option Year 3: 29 DEC 2028 – 28 DEC 2029

Option Year 4: 29 DEC 2029 – 28 DEC 2030

Place of Performance

Federal Fire Department CNRH

650 Center Drive Bldg 284

Joint Base Pearl Harbor Hickam, HI 96860

Responsibility and Inspection unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

ATTACHMENTS:

ATTACHMENT 1:     Performance Work Statement  

ATTACHMENT 2:     Sole Source Justification Redacted

ATTACHMENT 3:     FAR 52.213-3 CD and FAR 52.204-24

ATTACHMENT 4:     Wage Determination 2015-5689 Rev 26

ATTACHMENT 5:     Applicable FAR and DFARS Provisions & Clauses

QUESTIONS: Questions may be submitted electronically to Liane Pekelo-Passmore at liane.m.pekelo-passmore.civ@us.navy.mil no later than 12:00 PM HST (Hawaii Standard Time) on 2 December 2025. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. Emails sent to this address shall clearly reference the RFQ N0060426Q0004in the subject line. Oral queries will not be accepted. Other methods of submitting questions will not be acknowledged or addressed.

CLOSE DATE: This announcement will close at 12:00 PM HST on 8 December 2025. Quotes shall be submitted electronically to liane.m.pekelo-passmore.civ@us.navy.mil no later than 12:00 PM HST (Hawaii Standard Time). A complete quote in response to this Combined Synopsis/Solicitation must include a quote all services with the appropriate taxes and fees applied and a completed Attachment 3: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) and 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (MAR 2025)(DEVIATION 2025-O0004)(only if your Reps and Certs are not current in SAM).

A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

EVALUATION:  Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, responsibility, and a technically acceptable quote.

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of provision)

52.252-2 Clauses Incorporated By Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of clause)

52.252-5 Authorized Deviations in Provisions (Nov 2020)

      (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.

      (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of clause)

52.252-6 Authorized Deviations in Clauses (Nov 2020)

      (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.

      (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of clause)

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

******* End of Combined Synopsis/Solicitation ********

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Dec 2, 2025
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Nov 25, 2025
Respiratory Air Management Program (RAMP) Maintenance Services | GovScope