Opportunity

SAM #N0060426Q4035

Annual Preventive Maintenance and Calibration for Laboratory Equipment at Joint Base Pearl Harbor-Hickam

Buyer

NAVSUP Fleet Logistics Center Pearl Harbor

Posted

May 13, 2026

Respond By

May 20, 2026

Identifier

N0060426Q4035

NAICS

811219, 811310

The Department of the Navy, through NAVSUP Fleet Logistics Center Pearl Harbor and Commander Navy Installation Command, is seeking a contractor to provide annual preventive maintenance, calibration, installation, and certification services for specialized analytical laboratory equipment at the CNIC JB Fuels Department Laboratory, Joint Base Pearl Harbor-Hickam, Hawaii. - Government Buyer: - Department of the Navy, Commander Navy Installation Command, Joint Base Pearl Harbor Hickam Fuels Department Laboratory - Contracting office: NAVSUP Fleet Logistics Center Pearl Harbor - OEMs and Vendors Mentioned: - Petroleum Analyzer Company L.P. (PAC) (sole source certified provider) - Alcor USA - Herzog - Phase - Antek - Lindberg - Products/Equipment Requested: - Alcor USA JFTOT 230 IV Jet Fuel Thermal Oxidation Tester (1 unit) - Herzog OptiDist Distillation Units (3 units) - Herzog OptiFlash Cleveland Open Cup Flash Point Detector (1 unit) - Phase PSA-70Xi Pour, Cloud, and Freeze Point Analyzer (1 unit) - Phase JFA-70Xi-PC Pour, Cloud and Freeze Point, Viscosity, Density Analyzer (1 unit) - Phase JFA-70Xi Freeze Point, Viscosity, Density Analyzer (1 unit) - Herzog HVM 472 Auto Viscometers (2 units) - Antek ElemeNtS Total Elemental Combustion Analyzers (2 units) - Lindberg BF51766A Box Furnace (1 unit) - Consumables and calibration materials (solenoid valve, membrane dryer, vertical pyro tube set, vacuum pump, certified reference materials) - Services Requested: - Annual scheduled on-site preventive maintenance, calibration, certification, as-needed repairs, and incidental parts replacement for all listed equipment - Full coverage of parts, labor, travel, and software/firmware updates - Services must comply with MIL STD 3004 and be performed by a certified provider (PAC is sole source for OEM instruments) - Unique/Notable Requirements: - Only certified providers (specifically PAC) are authorized to service the proprietary OEM equipment - All work is to be performed on-site at the CNIC JB Fuels Department Laboratory, Joint Base Pearl Harbor-Hickam, Hawaii - Service Contract Labor Standards apply - The contract is Firm-Fixed Price and covers one year of service

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Part 12. 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 N0060426Q4035 is issued as a request for quotation (RFQ) for preventative maintenance, calibration, installation and certification service of analytical equipment. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. 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 6.103-1. 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 a contractor authorized to provide preventative maintenance, calibration, installation and certification service of analytical equipment IAW the PWS for the Commander Navy Region Hawaii (CNRH) in accordance with Attachment 1.

CLIN Structure

CLIN 0001 Preventative maintenance, calibration, installation and certification service of analytical equipment IAW the PWS.

Period of performance

18 June 2026 – 17 June 2027

Place of Performance

CNIC JB Fuels Department Laboratory

300 Neches Avenue

JBPHH, 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.

This requirement will result in a Firm-Fixed Price (FFP) purchase order and payment will be electronic through the wide area workflow (WAWF).

ATTACHMENTS:

ATTACHMENT 1:     Performance Work Statement  

ATTACHMENT 2:     Sole Source Justification Redacted

ATTACHMENT 3:     Wage Determination 2015-5689 Rev 28

ATTACHMENT 4:     Applicable FAR and DFARS Provisions & Clauses

Service Contract Labor Standards are applicable and the FAR clauses related to it are applicable to this requirement.

Applicable FAR and DFARS clauses will apply to the resulting contract.

QUESTIONS: Questions may be submitted electronically to Liane Pekelo-Passmore at liane.m.pekelo-passmore.civ@us.navy.mil no later than 10:00 AM HST (Hawaii Standard Time) on 18 May 2026. 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 N0060426Q4035 in 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 10:00 AM HST on 20 May 2026. Quotes shall be submitted electronically to liane.m.pekelo-passmore.civ@us.navy.mil no later than 10:00 AM HST (Hawaii Standard Time).

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 12.203 are applicable to this procurement. The submission of a quote shall mean that the Quoter does not take any exceptions to the Statement of Work requirements. 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.

Technical Acceptability will be rated on an ACCEPTABLE or UNACCEPTABLE basis using the ratings in the table below.

Technical Acceptable/Unacceptable Ratings

Adjectival Rating Description:

Acceptable Offer clearly meets the minimum technical requirements of the solicitation.

Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation.

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 ********

View original listing