SOLICITATION NOTICE
R -- Defense Fuel Support Point (DFSP) Operations Advisory and Assistance Services (OA&AS), Joint Base Pearl Harbor-Hickam (JBPHH), Oahu, Hawaii
- Notice Date
- 6/13/2025 10:55:10 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060425Q4040
- Response Due
- 7/1/2025 2:00:00 PM
- Archive Date
- 07/16/2025
- Point of Contact
- Yasmin Restrepo, Phone: 808-473-7314, Liane Pekelo-Passmore, Phone: 808-473-7942
- E-Mail Address
-
yasmin.a.restrepo.civ@us.navy.mil, liane.m.pekelo-passmore.civ@us.navy.mil
(yasmin.a.restrepo.civ@us.navy.mil, liane.m.pekelo-passmore.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Pre-Solicitation Notice This notice is issued in accordance with FAR 5.204 � Presolicitation Notices to inform industry of the Government�s intent to issue a competitive SBA 8(a) Request for Quote (RFQ) for Operations Advisory and Assistance Services (OA&AS) in support of the Defense Fuel Support Point (DFSP) located at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The applicable North American Industry Classification System (NAICS) code is 541330 (Engineering Services) with a corresponding size standard of $25.5 million. This requirement entails the provision of subject matter expertise and technical services to support the continued operational safety, reliability, and compliance of critical Department of Defense (DoD) fuel infrastructure across Pearl Harbor and Hickam Airfield. Core responsibilities include support for Lockout/Tagout (LOTO) program oversight, development and revision of Standard Operating Procedures (SOPs), and technical advisory input related to mission-critical fuel operations and systems. This effort is a follow-on to contract N0060422C0005, previously awarded as a sole-source 8(a) action to Brice Solutions LLC. Recent market research has confirmed that at least four SBA-certified 8(a) firms nationwide possess the technical capability and relevant experience to perform this work. Therefore, the requirement satisfies the criteria for a competitive 8(a) set-aside. The anticipated contract will be a Firm-Fixed-Price (FFP) award with a 12-month base period, one 12-month option period, and a potential six-month extension under FAR 52.217-8 � Option to Extend Services. Draft Performance Work Statement (PWS) A DRAFT Performance Work Statement (PWS) is provided as an attachment to this synopsis for review. Interested parties are encouraged to submit comments. Proprietary information should be clearly marked. While the Government may consider questions and feedback, responses are not guaranteed. The full solicitation, inclusive of submission instructions and evaluation criteria, will be issued electronically via SAM.gov under this notice ID. No paper copies will be distributed. Important Participation Requirements Only SBA-certified 8(a) firms registered in SAM.gov and the SBA�s Dynamic Small Business Search (DSBS) database under NAICS 541330 at the time of quote submission will be eligible for award. Telephone inquiries are strongly discouraged and may not be answered. Clarification on Synopsis Requirement In accordance with FAR 5.203(a) � Publicizing and Response Time and FAR 5.207 � Preparation and Transmittal of Synopses, this synopsis is being issued to ensure transparency and public notification. While the acquisition is limited to 8(a) competition, it does not meet the exemption criteria set forth under FAR 5.202(a)(4) and must therefore be published publicly. Important Notice Regarding Executive Order 14222: In accordance with Executive Order 14222, Implementing the President�s �Department of Government Efficiency� Cost Efficiency Initiative, and the related Department of Defense implementation memoranda dated May 27, 2025, new Advisory and Assistance Services (A&AS) contract actions may be subject to enhanced review and approval requirements. This includes potential pre-award review and approval by the Deputy Secretary of Defense or designee. As a result, this requirement is subject to change, delay, or cancellation pending further guidance or decisions stemming from the Executive Order�s implementation. Offerors are advised to monitor this notice for updates and are encouraged to consider this in planning and proposal preparation activities.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2358cb6cb5d54f9babacbd94e1431baf/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07477088-F 20250615/250613230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |