SOURCES SOUGHT
J -- Army DFAC Large Equipment Preventative Maintenance and Repair Services
- Notice Date
- 12/30/2025 11:23:26 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 0413 AQ HQ RCO-HI FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- PAN413-26-P-0000-025980
- Response Due
- 1/20/2026 9:00:00 AM
- Archive Date
- 01/26/2026
- Point of Contact
- Melena D. Faxon, Phone: 8087878823, MAJ Robert Frank, Phone: 8087878822
- E-Mail Address
-
melena.d.faxon.civ@army.mil, robert.d.frank24.mil@army.mil
(melena.d.faxon.civ@army.mil, robert.d.frank24.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This announcement is a Sources Sought Notice. This is NOT a Request for Quote (RFQ) or Request for Proposal (RFP). This announcement is for market research, general information, and planning purposes only in accordance with FAR Part 10; therefore, it is NOT to be taken as a commitment by the Government (implied or otherwise) to issue a solicitation or award a contract. This notice is being published in accordance with Federal Acquisition Regulations (FAR) Part 5.101 requiring dissemination of information for proposed contract actions and FAR 10.001(a)(2)(i) which requires conducting market research, before developing a new requirement�s document for an acquisition. The Government is seeking industry�s input to determine the availability of qualified vendors with the knowledge and resources to provide large dining facility equipment repair and maintenance services at US Army Installation DFACs on Oahu and the Big Island. NO contract awards will be made from this notice and no solicitation is available on SAM.gov or any other bulletin board at this time. In order to develop a sound acquisition strategy, industry participation is welcomed and highly encouraged; however, participation in this effort is strictly voluntary. All costs associated with responding to this Sources Sought Notice will be solely at the interested vendor�s expense. The Government will not reimburse costs and will not be liable for any costs associated with responses to this notice. Respondents will not receive an acknowledgement of their responses to this notice. Responses to this notice will NOT be considered offers. The Government will NOT accept these responses to form a binding contract. All this Sources Sought Notice responses will be used in whole or in part for determining the most effective acquisition strategy for this requirement and future similar requirements. All vendors� requested information will be used to facilitate decision making, will be protected in accordance with applicable procurement regulations, and will not be disclosed outside this agency. The attached draft performance work statement (PWS) is for Army�s dining facility (DFAC) large equipment preventative maintenance (PM) and repair services for various Army Installations in Hawaii (specifically on the Big Island and Oahu). PM and repair services will be for DFAC dishwashers, garbage disposals, heat boosters, walk-in refrigerators, and walk-in freezers. Work will be performed in DFACs on Schofield Army Base and East Range (across from Schofield Army Base) and Pohakuloa Training Area (PTA) on the Big Island. The estimated period of performance (POP) start date is June 1, 2026. The resulting requirement is anticipated to be a firm fixed price contract with one base year and four option years. This Sources Sought Notice�s purpose is to determine interest and capability of potentially qualified firms relative to the North American Industry Classification (NAICS) code 811310. Please provide your capability statement indicating your skills, experience, and knowledge required to perform this specific type of work. Your statement must contain the following information: 1. Your intent to submit a quote for this requirement when it is formally advertised 2. Company�s Name with address, phone number, E-mail address, and point of contact (POC) name, POC�s phone number, and POC�s E-mail address 3. CAGE Code and Unique Entity Identifier (UEI) 4. Firm�s size standard and small business category such as 8(a), Women-Owned Small Business (WOSB), HUBZone, Veteran-Owned Small Business (VOSB), Small Disadvantaged Veteran Owned Small Business (SDVOSB), etc. The government�s overall intent is to determine potentially qualified vendors for this requirement. If firms do not provide all the required information requested when responding to this notice, they will not be used to assist the Government in the acquisition decision. Please E-mail your capability statement to Ms. Melena Faxon at melena.d.faxon.civ@army.mil by January 20, 2026 (Tuesday) at 12 PM Hawaii Standard Time (HST). NOTE: IF YOU DO NOT ANTICIPATE SUBMITTING A QUOTE WHEN THIS REQUIREMENT IS FORMALLY ADVERTISED, PLEASE INDICATE THAT IN YOUR RESPONSE SO THAT THE GOVERNMENT CAN BETTER ASSESS MARKET INTEREST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7bace15872bb4911a610da39b3b66470/view)
- Place of Performance
- Address: Schofield Barracks, HI 96857, USA
- Zip Code: 96857
- Country: USA
- Zip Code: 96857
- Record
- SN07675968-F 20260101/251230230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |