Opportunity
SAM #N62478-26-RFPREQ-FEAD-HI-JBPHH-0119
Short-Term Janitorial Services Extension at Joint Base Pearl Harbor-Hickam
Buyer
NAVFAC Hawaii
Posted
April 30, 2026
Respond By
May 06, 2026
Identifier
N62478-26-RFPREQ-FEAD-HI-JBPHH-0119
NAICS
561720
NAVFAC Hawaii is seeking sources for a short-term extension of janitorial services at Joint Base Pearl Harbor-Hickam and other Hawaii locations. - Government Buyer: - Department of the Navy, Naval Facilities Engineering Systems Command (NAVFAC) Hawaii - Sub-agency: NAVFAC PACIFIC CMD - Contracting office: NAVFACSYSCOM HAWAII - Products/Services Requested: - Recurring custodial and janitorial services - No specific products, part numbers, or OEMs are listed - Key Requirements: - Immediate mobilization to prevent service lapse - Fully cleared and trained workforce - Base access and security clearances - Cost-effective performance for a two-month period - Ability to mitigate duplication of mobilization/demobilization costs - Place of Performance: - Joint Base Pearl Harbor-Hickam (JBPHH) and other locations in Hawaii - No OEMs or specific vendors are named in this notice
Description
1. Purpose
This is a Sources Sought Notice and Notice of Intent to Sole Source. This notice is issued in accordance with FAR 5.203(a) and FAR Part 10 for market research purposes. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or an Invitation for Bid (IFB). There is no solicitation available at this time.
The Department of the Navy, Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, intends to execute a sole-source, two-month contract modification to existing contract N62478-21-D-2402 with Opportunities and Resources Inc.
2. Description of Requirement
The Government requires a continuous, uninterrupted supply of recurring custodial and janitorial services for various facilities located at Joint Base Pearl Harbor-Hickam (JBPHH) and other locations in Hawaii.
This requirement is for a short-term, two-month extension to prevent a critical lapse in service while the competitive follow-on procurement is finalized.
3. Justification for Sole Source
The statutory authority for this non-competitive action is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements.
The competitive follow-on contract has experienced unavoidable acquisition delays due to a 42-day government shutdown resulting in unpaid work time, coupled with a critical loss of key acquisition personnel resulting from mass retirements under the DRP. To avoid a gap in critical sanitation and operational services, this two-month extension is required.
Given the extremely short duration (two months), it is technically and financially impractical to transition these services to a new contractor. A new vendor would require a transition period to hire personnel, acquire necessary equipment, and process base access and security clearances. Awarding this extension to any source other than the incumbent would result in substantial duplication of costs to the Government that are not expected to be recovered through competition, as well as unacceptable delays in fulfilling the agency's requirement.
4. Submission of Capability Statements
This notice of intent is not a request for competitive proposals. However, all responsible sources that believe they can provide the required services for the two-month period without a disruption in service may submit a capability statement.
Capability statements must demonstrate the firm's ability to:
Instantly mobilize and assume full performance on July 1, 2026, with zero gap in service. Provide a fully cleared, trained, and equipped workforce capable of accessing JBPHH and associated sites on day one. Perform the services cost-effectively given the two-month limitation, mitigating the Government's duplication of mobilization/demobilization costs.
5. Disclaimer
A determination by the Government not to compete this proposed extension 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 for this short-term extension. The long-term follow-on requirement is being procured competitively under a separate solicitation.