Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 1 AM
Solicitation
J b p h h Hawaii

Ventilation and Exhaust Systems Cleaning Services, Various Locations, Oahu, Hawaii

Details

Solicitation ID N6247825R2428
Posted Date 25 Jun 2025 at 1 AM
Response Date 14 Aug 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside 8(a) Set-Aside (FAR 19.8)
Contracting Office Navfacsyscom Hawaii
Agency Department Of Defense
Location J b p h h Hawaii United states 96860

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now

The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform Ventilation and Exhaust Systems Cleaning Services, Oahu, Hawaii.  The Contractor shall perform cleaning services on ventilation and exhaust systems to ensure systems are clean, fully functional, and in normal working condition to minimize breakdowns and to maximize useful life.  The Contractor shall perform any repairs, including replacement, discovered during scheduled maintenance work.  Ventilation systems shall be maintained in an operable and safe condition in accordance with equipment specifications and industry standards.  Services shall not cause disruptions to facility operations.  The Contractor shall contain and dispose of dirt, dust, grease, lint, and other residues collected during maintenance services in accordance with applicable Federal, state, and local laws and regulations.  Recurring work includes, but is not limited to, kitchen exhaust cleaning, operational testing, scheduling, fan and main duct cleaning, laundry dryer vents and duct cleaning, and servicing exhaust hoods and ducts.  Non-recurring work includes, but is not limited to, mold remediation, inspection/survey work, and sampling for microbial air analysis.

The NAICS Code for this procurement is 561790 and the annual size standard is $8,000,000. The contract term will be a 12-month base plus four 12-month option periods and one six-month option to extend services. The total term of the contract, including all options, will not exceed 66 months. The Government will not synopsize the options when exercised. Non-recurring work will be issued via FedMall, a web-based ordering system, using Government purchase cards. The minimum guarantee will be the Base Period Recurring work and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule.

This contract will replace a contract for similar services awarded in 2020 for $58,750.00 (recurring work portion for the 12-month base period) and $2,773,500.00 (non-recurring work maximum value for the 12-month base period). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information.

The previous contract is currently in the 8(a) program. Based on market research, including a sources sought notice issued to the Small Business Administration (SBA) in February 2025, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns. Seven firms provided the requested information and appear capable of providing the required services, with four of the seven being 8(a) firms. Based on the results, the requirement will remain in the 8(a) program and the solicitation will be issued as an 8(a) competitive set-aside. NAVFAC Hawaii’s Office of Small Business Programs concurs with the set-aside determination.

Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available. Proposals shall be submitted using the Procurement Integrated Enterprise Environment (PIEE) Solicitation Application. See below "New Vendor Organization - Getting Started Help - PIEE" link. All interested Offerors shall register in PIEE. No notice of solicitation activity will be provided to interested Offerors.

The solicitation will utilize source selection procedures which require Offerors to submit a non-price proposal (Corporate Experience, Qualifications, Safety, and Past Performance), and a price proposal for evaluation by the Government.

Proposal receipt date is approximate.