Search Contract Opportunities

Replacement of Radios for Wireless Connection to VPMS   2

ID: N32253-23-Q-0034 • Type: Solicitation
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

Posted: March 24, 2023, 4:19 p.m. EDT

**SOLICITATION AMENDMENT 1 (SEE ATTACHMENT- SF-30)**

Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is a US Navy regional industrial center that maintains, overhauls and repairs various vessels of the US Navy. Its industrial operations provide the US naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support to submarines, surface vessels and shore based activities in the Pacific.

Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is seeking sources that are capable of performing services to replace twenty-eight (28) non-compliant radios with new radios at various locations within the Controlled Industrial Area (CIA). The radios to be installed are Aruba AP-387's and have already been purchased by the government and will be configured by the Government team prior to deployment. The radios to be removed include 3e-523NF and other non-compliant radios. The primary focus of this task is to provide labor and tools to perform removal and installation of the radios.

The tentative period of performance for this service is 27 March 2023 26 May 2023

If you are unable to meet the Period of Performance date, please submit soonest availability with submission of quotation.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238210 Electrical Equipment and Appliance Installation. The Product Service Code is J059 Maintenance/Repair/Rebuild of Equipment Electrical and Electronic Equipment Components. This acquisition is a total small business set aside.

Please note the following:

  • The solicitation number for this requirement is N32253-23-Q-0034.
  • Quotes are due no later than Thursday, 03/23/2023 at 2:00 p.m. HST **EXTENDED TO FRIDAY, 3/24/2023, 2:00PM HST**
  • Quotes must be sent via email to both the primary and secondary points of contact.
  • All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2023-01, DFARS 12/30/2022, and NMCARS 18-22.
  • In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 3 pages) that clearly demonstrate thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible.
  • All quotation submissions need to include completion of FAR 52.204-24, 52.204-26, and 52.212-3.
  • As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a.and 30a.-30c. (SF 1449 page 1) and CLIN information (0001, SF 1449 pages 3) completed..submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions.
  • The Government may revise the solicitation at any time by means of an Amendment. It is an offeror's responsibility to ensure it is accessing the Government Point of Entry (GPE) website, https://sam.gov/,to view potential amendments and procurement notifications for this solicitation.
  • Labor, travel and materials shall be included. Travel, airfare, lodging,,rental car, and per diem shall be in accordance with current Department of Defense Joint Travel,Regulations (JTR) and Federal Acquisition Regulations (FAR) 31.205-46. Travel receipts shall be,provided upon request.
  • Contract award will be in accordance to 52.212-2 as stated in the solicitation.
  • All questions regarding solicitation N32253-23-Q-0034 shall be submitted in writing via email to the listed POCs. Questions are due by Tuesday, 03/21/2023, 7:00 am HST.
Posted: March 23, 2023, 6:43 p.m. EDT
Posted: March 19, 2023, 3:23 a.m. EDT

Overview

Response Deadline
March 24, 2023, 8:00 p.m. EDT (original: March 23, 2023, 8:00 p.m. EDT) Past Due
Posted
March 19, 2023, 3:23 a.m. EDT (updated: March 24, 2023, 4:19 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
JBPHH, HI 96860 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
The solicitation is open for 5 days, below average for the Naval Sea Systems Command and it was released over a weekend.
On 3/19/23 Naval Sea Systems Command issued Solicitation N32253-23-Q-0034 for Replacement of Radios for Wireless Connection to VPMS due 3/24/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238210 (SBA Size Standard $19 Million) and PSC J059.
Primary Contact
Name
Caroline Bruseski   Profile
Phone
None

Secondary Contact

Name
Evangeline Calaustro   Profile
Phone
None

Documents

Posted documents for Solicitation N32253-23-Q-0034

Opportunity Lifecycle

Procurement notices related to Solicitation N32253-23-Q-0034

Contract Awards

Prime contracts awarded through Solicitation N32253-23-Q-0034

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N32253-23-Q-0034

Similar Active Opportunities

Open contract opportunities similar to Solicitation N32253-23-Q-0034

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PEARL HARBOR NAVAL SHIPYARD IMF
FPDS Organization Code
1700-N32253
Source Organization Code
100255300
Last Updated
April 8, 2023
Last Updated By
caroline.e.bruseski.civ@us.navy.mil
Archive Date
April 8, 2023