Opportunity

SAM #PAN41326P0000026804

Army Seeks Life Support, Transportation, and Material Handling Services for JPMRC27 in Hawaii

Buyer

0413 AQ HQ CONTRACT AUG

Posted

May 14, 2026

Respond By

May 21, 2026

Identifier

PAN41326P0000026804

NAICS

488490, 484110, 488390

The Department of the Army, through the 921st Contracting Battalion at Wheeler Army Airfield, Hawaii, is seeking information from vendors for support services for the JPMRC27 training exercise. - Government Buyer: - Department of Defense, Department of the Army - 0413 AQ HQ CONTRACT AUG, 413th Contracting Support Brigade (CSB) - Contracting office at Wheeler Army Airfield and Fort Shafter, Hawaii - Services Requested: - Basic Life Support Services to support training operations - Transportation Services for personnel and/or equipment - Material Handling Equipment (MHE) Services, including provision of cranes - Locations: - Services required across multiple Hawaiian islands: Oahu, Maui, Lanai, and the Big Island - Contracting activities at Wheeler Army Airfield and Fort Shafter - Requirements: - Vendors must demonstrate capability to perform services at multiple, geographically dispersed locations in Hawaii - Capability statements tailored to these requirements are requested - No specific OEMs, vendors, part numbers, or quantities are identified - Contract Details: - Anticipated contract type is Firm Fixed Price - Period of performance includes requirements in July-August and November - No product procurement or equipment purchase is specified; focus is on service provision

Description

The 921st Contracting Battalion, Wheeler Army Airfield (WAAF), HI is issuing this sources sought as a means of conducting market research to identify parties having an interest in and with the resources to support the requirement for Basic Life Support Services, Transportation and Material Handling Equipment MHE). 

The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, WILL BE PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE (Delivery Address) Location: Various delivery locations in OAHU, MAUI, LANAI, BIG ISALAND DISCLAIMER “THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR QUOTE (RFQ)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ), IF ANY ISSUED. REQUIREMENTS BACKGROUND The United States Government is designated as the requiring activity. The requirement will consist of Basic Life Support Services, Transportation and MHE ie cranes requirement, to support JPMRC27 training exercise with some requirements of summer of 2026 (July- August time frame and rest in November 2026) REQUIRED CAPABILITIES If your organization has the potential capacity to perform any of these requirements, not limited to one, please provide the following information:

1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide supplies consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide supplies under a performance based service acquisition contract. ELIGIBILITY Vendor must demonstrate the capability to perform in the required designated area (Hawaii- various islands/locations). ADDITIONAL INFORMATION/ ATTACHMENTS Interested parties are requested to submit a capabilities statement of no more than 1 page in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 100 pm, HST on 22 May 2026. All responses under this Sources Sought Notice must be e-mailed to Contracting Specialist SSG Millicent Andere at millicent.m.andere.mil@army.mil and CC Contracting Officer SFC Mandy, Francisco at mandy.n.francisco.mil@army.mil This documentation must address at a minimum the following items: 1. What capabilities can your company provide in Various locations in Hawaii? 2. Provide a statement including current status and company profile to include number of employees, office locations, UEI number,  etc.                                                                                                                                                                                                          3. What is the lead time required to mobilize? The estimated period of performance(s) will be in some requirements in (July- August time frame and rest in November 2026) These contract types are anticipated to be Firm Fixed Price. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, SSG Millicent Andere at millicent.m.andere.mil@army.mil in either Microsoft Word or Portable Document Format (PDF), via email at millicent.m.andere.mil@army.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

View original listing