Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 10 PM
Solicitation
J b p h h Hawaii

Wake Island (WI) B.1120 Restoration

Details

Solicitation ID 30Jun25AK
Posted Date 30 Jun 2025 at 10 PM
Response Date 10 Jul 2025 at 10 PM
NAICS Category
Product Service Code
Set Aside 8(a) Set-Aside (FAR 19.8)
Contracting Office Fa5215 766 Ess Pkp
Agency Department Of Defense
Location J b p h h Hawaii United states 96860

Possible Bidders

Lockheed Martin Corporation

Saint paul Eatontown Oldsmar Manchester Camden Kekaha Johnson city Hudson Santa margarit Harlingen Moorestown Honolulu Las vegas Boulder Littleton Santa maria Grand prairie Ocala Greenbelt Bellevue Aurora Chambersburg Tinton falls Goleta Kailua Norfolk San antonio Glenside Clarksburg Rcho sta marg Lanham Arlington Troy Killeen Owego Aberdeen proving ground Fort bliss Sunnyvale Gulfport Alpharetta Seabrook Archbald Nashua Gilbert Atlanta Herndon Hoffman estates Baltimore Pomona Centreville Ontario North las vegas Manassas Horsham Liverpool Syracuse Malvern Orlando Chantilly Cherry hill Oak ridge New orleans Riviera beach Cape canaveral Americus Hoffman estate Sarasota Fort worth Colorado sprin Lexington Springfield Ventura Goodyear King of prussia Akron Houston Utica Bethesda Chelmsford Pinellas park Palo alto Burlington Irvine White sands missile range Great neck Merrimack Washington Courtland Bay saint louis Milpitas Johnstown Hightstown San jose Uniondale Titusville Gaithersburg Huntsville Palmdale Santa clara Falls church Yonkers Chesapeake Rockville Warner robins Hurlburt field Eagan Hanover Virginia beach New york Santa cruz San diego Austin Niagara falls Colorado springs Reston King of prussi Marietta Newtown Syosset Fairfax Burbank Mount laurel Buellton Papillion

National Industries For The Blind

Wayne Earth city Alexandria

Caterpillar Incorporated

Peoria Nampa Greenfield Mossville Decatur Mankato

Sign up to access Documents

Signup now

Synopsis

Project Summary Description:  This project is for a firm-fixed price contract.  This requirement will be solicited on a Competitive Section 8(a) basis.  The work of this project is defined by the contract documents.  The project includes but is not limited to the following: The Contractor will be tasked with providing performance-based Wake Island (WI) building 1120 repair/restoration service and replace the existing components as outlined with the Performance Work Statement to ensure usability of the building. The location of the performance is WI.  The contractor will provide all management, supervision, labor, materials, supplies, repair/replacement components, tools, and shall plan, schedule, coordinate the completion of all work/services specified in the Statement of Work (SOW). All repair/restoration equipment shall be conducted at the highest levels of efficiency compatible with the current nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract performance period.  The Contractor shall be responsible for performing all work under this contract in accordance with all Federal and local laws, and regulations. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: National Fire Prevention Association (NFPA), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA).

The Request for Proposal (RFP)/solicitation is anticipated to be issued on or about 31 July 2025. Offers will be due on or about 30 calendar days later. The actual date of receipt for proposals will be stated on the solicitation. No public bid opening procedures are applicable for this solicitation. Contractors must be registered & current in SAM.gov prior to providing a proposal and shall continue to be registered until the time of the award, during performance, and through final payment of any contract.

After award, the successful offeror will be given a written Notice to Proceed and shall provide contractual services for a one-year period commencing on the day specified in the Notice to Proceed. Work under this contract is expected to commence on or about 5 Sep 25. This procurement is open to only Section 8(a) business concerns with the below NAICS. The North American Industry Classification System (NAICS) code is 238390 with a size standard of $19.0 million. The PSC is Z2JZ. This requirement is Lowest Price Technically Acceptable (LPTA).

There is no action code or solicitation number associated with this requirement to date. The contracting office zip code is 99506 (Please note this is not the same zip as the place of performance).

Any questions regarding this notification should be directed to the Contracting Specialist, Christie Moyer at [email protected].

Similar Opportunities

Biloxi Mississippi 16 Jul 2025 at 7 PM
Fort shafter Hawaii 10 Sep 2025 at 4 AM (estimated)
Camp lejeune North carolina 28 Jul 2025 at 6 PM
Location Unknown 10 Jul 2025 at 4 AM (estimated)
Fort irwin California 03 Oct 2025 at 4 AM (estimated)

Similar Awards

J b p h h Hawaii Not Specified
Location Unknown 12 Feb 2015 at 5 PM
Anchorage Alaska 30 Sep 2015 at 6 PM
Location Unknown 19 Sep 2003 at 5 AM
Vendor Arkansas 26 Sep 2018 at 10 PM