Manchester Campus Addition Construction at the Manchester Research Station in Port Orchard, Washington
ID: 1305M4-24-R-0071Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASILVER SPRING, MD, 20910, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for the construction of the Manchester Campus Addition at the Manchester Research Station in Port Orchard, Washington. This project involves the construction of a new facility encompassing approximately 24,000 Gross Square Feet, with a projected budget of $21,352,305 for base items, including substructure, shell construction, and associated services such as plumbing and HVAC. The initiative aims to enhance NOAA's research capabilities while adhering to stringent environmental regulations, particularly concerning the management of contaminated soils and water due to the site's history as part of the Old Navy Dump/Manchester Superfund Site. Interested contractors must submit sealed bids by the specified deadline and are encouraged to contact Ronette McBean-Felder at ronette.mcbean-felder@noaa.gov or Paul Tucker at Paul.Tucker@noaa.gov for further inquiries.

    Files
    Title
    Posted
    The document outlines a Per- and Polyfluoroalkyl Substances (PFAS) Treatment System Monitoring Sampling and Analysis Plan (PSAP) for the National Oceanic and Atmospheric Administration's (NOAA) Manchester Research Station in Washington. This plan details procedures for sampling and analyzing effluent water quality as part of the Clean Harbors PTS-660 PFAS Water Treatment System. The monitoring supports regulatory compliance for discharging treated PFAS-impacted groundwater into Clam Bay. Key elements include an overview of the treatment system, a description of the site’s history with potential contamination from PFAS and other compounds, and data quality objectives for effective monitoring. The PSAP specifies monthly sampling of influent and effluent, along with assessments for breakthrough contaminants. The plan is essential for ensuring that the treatment system operates effectively and meets environmental standards set by the EPA and applicable Washington regulations. The involvement of various agencies, including NOAA, EPA, and Ahtna Solutions, signifies a coordinated approach to environmental management and compliance in addressing PFAS contamination. Through this rigorous monitoring plan, NOAA aims to mitigate environmental impacts while expanding its research capabilities at the Manchester Station.
    The Waste Characterization Sampling and Analysis Plan (WCSAP) outlines the procedures for soil and water sampling during the National Oceanic and Atmospheric Administration's (NOAA) Manchester Research Station Seawater System Replacement and Campus Addition Project in Manchester, Washington. The plan is designed to identify potential contaminants within the site's historical context as part of it being listed as a Superfund site. Key objectives include waste characterization for disposal and reuse, data quality assurance, and compliance with EPA guidelines. The document emphasizes rigorous sampling methods and analytical testing, with detailed instructions for the collection, preservation, and handling of samples, including those for PFAS and PCBs. It specifies field procedures, laboratory requirements, sample documentation, and waste disposal protocols, ensuring adherence to regulatory standards. Quality control is a priority, featuring protocols for both field and laboratory samples to validate data integrity. The collaborative oversight between NOAA, EPA, and the U.S. Army Corps of Engineers aims to minimize environmental risk. This comprehensive and structured plan reflects the project's commitment to environmental stewardship in the context of federal and state regulations regarding hazardous waste disposal and site remediation.
    The Contingency Underground Storage Tank (UST) Removal Plan outlines procedures for the potential removal and disposal of USTs at the Manchester Research Station during a seawater system upgrade, addressing compliance with local, state, and federal regulations. The document provides a framework for the roles of both the UST decommissioning contractor and the environmental consultant. The contractor must have relevant licensing, notify local authorities before tank removal, and follow specific protocols for decommissioning, including safe liquid disposal, soil excavation, and adherence to the Stormwater Pollution Prevention Plan. Documentation of the closure process is essential, requiring submission of a certification form to the Washington State Department of Ecology. The environmental consultant is tasked with monitoring UST removal, assessing soil conditions for petroleum contamination, and conducting post-removal sampling. This includes preparing reports summarizing findings and ensuring compliance with state guidelines. The plan emphasizes the importance of rigorous environmental oversight, regulatory adherence, and safety in managing UST removal within the context of environmental protection and site refurbishment efforts undertaken by federal and state agencies.
    The document outlines requirements and procedures for the identification, removal, and disposal of subsurface asbestos-clad piping within a specified project area. It mandates that construction contractors must halt work if asbestos-containing materials are found, notifying the appropriate authorities immediately. Key responsibilities include ensuring compliance with federal, state, and local regulations surrounding asbestos management and worker safety. The contractor must provide training for personnel engaged in asbestos abatement, maintain air quality monitoring, and facilitate proper disposal of hazardous materials. Specific attention is given to job submittals, including licensing and permits, as well as monitoring air quality pre-, during, and post-abatement to adhere to safety standards set by OSHA, EPA, and state regulations. The document emphasizes the importance of maintaining safe work areas, protecting the public, and communicating effectively with regulatory bodies throughout the project. This structured approach is essential for ensuring health and safety during hazardous material remediation efforts, aligning with federal and state grant requirements and local RFPs focused on environmental safety.
    The document details the analysis of Per- and Polyfluoroalkyl Substances (PFAS) in water, soil, and biosolids using liquid chromatography/tandem mass spectrometry (LC/MS/MS), following federal guidelines outlined in EPA Method 1633. It encompasses project limits, standard operating procedures, and the specific calibration and quality control methodologies necessary for accurate detection and quantitation of various PFAS compounds. Key procedures include sample extraction, clean-up, and analysis, emphasizing the importance of interferences and contamination avoidance due to the widespread nature of PFAS. Safety protocols regarding handling hazardous materials and equipment maintenance are also outlined. This document is essential for ensuring compliance with federal standards and improving analytical accuracy, supporting government-funded projects aimed at environmental monitoring and remediation of PFAS contamination. The explicit guidelines serve as a framework for laboratories involved in related federal grant and RFP processes.
    Clean Harbors submitted a proposal to Prospect Construction Inc. for a PTS-660 PFAS Water Treatment System, intended for use at the NOAA research facility in Manchester, Washington. The treatment system is designed to manage hydrocarbon and PFAS-contaminated groundwater, crucial during construction activities involving excavation. The proposed system can treat up to 180 gallons per minute (GPM) and has the capacity for expansion to 220 GPM if a second polishing vessel is utilized. The proposal outlines the treatment process, including a series of filtration and reactivation stages that can achieve non-detection levels for PFAS contaminants. Clean Harbors emphasizes their experience in over 60 similar projects, ensuring compliance with environmental regulations. Additionally, monitoring measures and conditional logistics for media change-out and waste disposal are provided. The document includes operational requirements, staffing, and rental costs associated with the system, as well as recommendations for maintaining treatment effectiveness through regular sampling and analysis. The EPA has also specified discharge monitoring requirements for treated water, reinforcing the necessity for careful processing to mitigate environmental impacts. This initiative reflects governmental efforts to address PFAS contamination while facilitating ongoing infrastructure development.
    The document outlines analytical methods and certification limits for soil and water testing related to Project 58020684 - NOAA Manchester. It details various analytical groups, method descriptions, and the specific analytes being measured, including Polychlorinated Biphenyls (PCBs), per- and polyfluoroalkyl substances (PFAS), heavy metals, and volatile organic compounds (VOCs). Each entry specifies the method code, analyte CAS numbers, reporting limits (RL), method detection limits (MDL), and limits of detection (LOD) alongside calibration standards for various testing parameters. The purpose is to ensure compliance with environmental quality standards and the accuracy of contaminant detection in soil and water samples. This aligns with federal regulations governing environmental assessments and grants for projects requiring precise ecological monitoring. The structure emphasizes detailed quantitative measures, highlighting the importance of rigorous testing protocols for health, safety, and regulatory adherence in environmental investigations.
    The document outlines the scope of accreditation for Eurofins Denver under ISO/IEC 17025:2017, which is valid until October 31, 2025. It reflects the successful assessment of the laboratory in compliance with the TNI Environmental Testing Laboratory Standard and the DoD and DOE environmental accreditation programs. The certification permits Eurofins Denver to perform various recognized EPA testing methods related to environmental analysis, particularly focusing on water and solid hazardous waste analyses. The approved testing technologies include Atomic Absorption, Gas Chromatography, and High-Performance Liquid Chromatography, among others. A detailed table lists the numerous analytes the laboratory can assess, covering metals, nutrients, and organic compounds. This accreditation serves as a critical endorsement for Eurofins Denver's capabilities, ensuring adherence to stringent environmental testing standards, which is essential for compliance in federal and state environmental grant and RFP processes.
    The solicitation outlines the National Oceanic and Atmospheric Administration's (NOAA) request for proposals regarding the construction of a new addition to the Manchester Campus at the Manchester Research Station in Washington. The scope includes building approximately 24,000 Gross Square Feet for laboratory and office facilities, with detailed services specified across multiple Construction Line Item Numbers (CLINs), addressing aspects such as substructure, shell, interiors, and sitework. The project is open for unrestricted competition, with a total budget of approximately $22.7 million for the base items and $11.9 million for optional elements. The successful contractor will need to submit sealed proposals, complete performance within a specified timeframe of 700 calendar days post-award, and comply with various federal acquisition regulations and bond requirements. The document delineates stringent criteria for pricing, performance guarantees, and additional requirements for optional services related to a new aquaculture system. This comprehensive solicitation aims to ensure thorough contractor engagement to complete NOAA's infrastructure improvements while adhering to budgetary limits and regulatory compliance, reflecting broader federal objectives in facility modernization and environmental sustainability.
    The document outlines Eurofins TestAmerica's Standard Operating Procedure (SOP) DV-LC-0044 for analyzing Per- and Polyfluoroalkyl Substances (PFAS) in water, soil, and biosolid samples using Liquid Chromatography-Tandem Mass Spectrometry (LC/MS/MS) in compliance with EPA Method 1633. It specifies the scope of the method, including the various PFAS compounds to be analyzed, sample preparation steps, and an integrated quality control strategy to ensure accuracy and reliability of results. The procedure describes extraction methods (solid phase extraction and sonication), potential interferences, and necessary safety protocols, emphasizing that all laboratory materials must be handled as potentially contaminated to prevent PFAS residues. Detailed instructions on equipment maintenance, sample holding times, and calibration processes are included, along with quality control measures that include method blanks, laboratory control samples, and responses to nonconformance. Overall, this SOP captures the rigorous technical requirements necessary for accurate PFAS analysis, ensuring environmental compliance and content safety.
    The document outlines the accreditation status of Eurofins Seattle, confirming its compliance with ISO/IEC 17025:2017 standards and the U.S. Department of Defense's Quality Systems Manual for Environmental Laboratories. The accreditation assures that Eurofins Seattle possesses the technical competence and quality management systems required for environmental testing. The certificate is valid until January 19, 2025, and is accompanied by a comprehensive scope detailing various analytical methods and analytes, including non-potable water testing for heavy metals, volatile organic compounds, and several organic and inorganic substances using advanced techniques like ICP-AES, ICP-MS, GC/MS, and others. The certificate must be verified through the American National Standards Institute's accreditation website for its authenticity. This document is essential for stakeholders involved in federal grants and RFPs, ensuring they engage with accredited laboratories for reliable testing services crucial for environmental and health safety compliance. Overall, it underscores the importance of recognized standards in laboratory operations vital for federal and local regulatory needs.
    Eurofins Sacramento, located in West Sacramento, CA, is accredited under the ISO/IEC 17025:2017 standard and the U.S. Department of Defense Quality Systems Manual for Environmental Laboratories. This accreditation, valid until January 20, 2027, confirms the laboratory's technical competence and adherence to a quality management system. The scope of accreditation encompasses environmental testing methods for non-potable water, focusing on contaminants such as Per- and Polyfluoroalkyl Substances (PFAS) and polychlorinated biphenyls (PCBs), using methods including LC/MS/MS and GC/HRMS as outlined by the EPA. The document details various analytes tested, including different forms of PFAS and numerous PCB congeners, affirming the lab's capabilities in complying with stringent testing standards. This certification is essential for government RFPs and grants, emphasizing the laboratory's recognized qualifications for environmental assessments, thus supporting safety and regulatory compliance in public health and safety initiatives.
    The document certifies that Eurofins Sacramento laboratory is accredited under the ISO/IEC 17025:2017 standard, confirming its technical competence in testing and adherence to a quality management system. The accreditation, valid until January 20, 2027, covers various testing methods for environmental parameters in non-potable water, including analyses for contaminants like chromium, bromide, chloride, nitrate, nitrite, and multiple per- and polyfluoroalkyl substances (PFAS). The laboratory utilizes advanced techniques such as colorimetric, ion chromatography, and LC/MS/MS as per EPA guidelines. This certification assures stakeholders that Eurofins Sacramento meets rigorous standards for accuracy and reliability in environmental testing, facilitating compliance with federal and state regulations, potentially impacting government RFPs and grant applications focused on environmental health and safety. The structured format includes overview details, the accreditation certificate, and an exhaustive list of the testing methods and analytes, signaling robust operational capability that aligns with necessary regulatory frameworks.
    The National Oceanic and Atmospheric Administration (NOAA) is soliciting bids for the construction of the Manchester Campus Addition at the Manchester Research Station in Port Orchard, Washington. This project seeks to build a new approximately 24,000 Gross Square Feet facility. It is being offered under full and open competition with a projected construction budget of $21,352,305 for the base items. Various task areas, termed Contract Line Item Numbers (CLINs), detail specific responsibilities such as substructure, shell construction, interior work, and associated services like plumbing and HVAC. Optional additional services extend to landscaping and lab equipment installation among others. The contractor must commence work within ten days after the award and is required to submit sealed bids by the specified deadline. Performance and payment bonds are mandated for the selected contractor, reflecting the project’s scale and regulatory standards. The project underscores NOAA's commitment to enhancing its research capabilities through new construction while adhering to budgetary constraints and thorough procedural guidelines.
    The Manchester Research Station Campus Addition Proposal outlines the comprehensive construction plan for laboratory and office buildings, detailing costs associated with various components such as substructure, shell, interiors, services, equipment, special construction, and sitework. The proposal encompasses a breakdown of itemized costs for foundations, walls, and specialized laboratory environments, along with necessary infrastructure like plumbing, electrical systems, and landscaping. The document emphasizes the importance of markup percentages for general administration, bonding, insurance, overhead, and profit margins. Notably, it addresses the disposal of contaminated soil, which requires specific considerations for compliance with environmental regulations at designated landfills. Additional elements include furniture, fixtures, equipment, and enhancements like building signage and premium finishes. In the context of government RFPs and grants, this proposal exemplifies a structured design and construction approach, highlighting meticulous planning essential for federal and state funding considerations. It reflects the government's commitment to improving research facilities through strategic investments and detailed project management.
    The document outlines a Small Business Subcontracting Plan for [Company XXX], adhering to the requirements of the Small Business Act and the Federal Acquisition Regulation (FAR). It identifies the company and contract details, categorizes the plan as an Individual Subcontracting Plan, and sets forth specific goals for subcontracting with small businesses, including HUBZone, disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned entities. The plan details planned dollar amounts and percentage goals for each business category and establishes a method for developing these goals, identifying potential subcontractors, and tracking compliance. The plan articulates the role of a designated Program Administrator responsible for overseeing the subcontracting program, promoting opportunities for small businesses, and ensuring equitable participation. It also emphasizes the inclusion of specific FAR clauses in subcontracts, outlines responsibilities for reporting and recordkeeping, and assures compliance with the subcontracting goals. Overall, this plan reflects the company's commitment to fostering small business participation in federal contracting, ensuring fair opportunities, and adhering to regulatory requirements to enhance procurement diversity.
    The document outlines the layout and operational guidelines for the NOAA Manchester Research Station campus. It details various buildings and facilities such as labs, storage areas, and emergency power systems, with specific identifiers for each location. The site plan includes zones for contractor activity, noting areas designated for laydown, office space, and parking while maintaining access routes during construction. Importantly, it emphasizes the requirement for one-way traffic access to facilities, demanding advance coordination for any restrictions. Security measures, including gate operating hours, are also noted to ensure operational safety. Overall, this document serves as an essential reference for contractors and staff involved in upcoming projects, establishing site expectations and compliance needs in alignment with federal operational standards.
    The Environmental Media Management Plan (EMMP) outlines procedures for managing potential contaminated soils and water during the National Oceanic and Atmospheric Administration (NOAA) Manchester Research Station's seawater system replacement and campus addition project in Washington. The site, part of the Old Navy Dump/Manchester Superfund Site, has a history of contamination from Navy activities, including fire training and waste disposal. The EMMP defines the management of various contaminants, including petroleum hydrocarbons, dioxins, and per- and polyfluorinated alkyl substances (PFAS). It categorizes soils based on contamination levels into Soil Management Classes (SMC1-3), specifying guidelines for excavation, storage, reuse, and disposal. Measures for addressing unanticipated contamination are also detailed. Health and safety considerations for construction personnel are emphasized, including the development of a specific Health and Safety Plan. The EMMP ensures compliance with previous decisions made by the EPA and other regulatory bodies, aiming to protect human health and the environment throughout the construction process. This plan is a vital component of federally funded projects, reflecting community and regulatory concerns over environmental safety and compliance within public works initiatives.
    The Environmental Media Management Plan (EMMP) addendum outlines soil and water management for the Seawater System Replacement and Campus Addition Project at the NOAA Manchester Research Station, approved by the EPA. Updated in February 2025 after construction findings, it primarily addresses soil contamination discovered during excavation. Contaminated soil is categorized for disposal based on testing results, distinguishing between uncontaminated (SMC1), slightly contaminated (SMC2), and highly contaminated (SMC3) soils, with specific disposal methods stipulated. For water management, the document reviews disposal options due to limitations faced. Treatments using a PFAS filtration system for contaminated groundwater are mandated, directing treated water for discharge via a seawater outfall. The NOAA is required to monitor PFAS levels in the effluent monthly, adhering to EPA guidelines. This plan reflects ongoing compliance with regulatory frameworks and environmental protection standards, ensuring safe management of contaminated materials while allowing project progression. The comprehensive regulatory approach illustrates the coordination between NOAA and EPA to mitigate environmental impacts during this significant infrastructure initiative.
    The NOAA is initiating a construction project titled "Manchester Campus Addition" at the Northwest Fisheries Science Center in Port Orchard, Washington. This Full and Open Competition requires contractors for a new facility of approximately 24,000 GSF focused on marine research. The construction will include modern laboratories, wet and dry labs, office spaces, and specialized systems for aquatic research. The project aims to consolidate functions from the Montlake and Mukilteo facilities to support better resource management for the Northeast Pacific's marine life. The estimated budget is between $25M and $35M, with a contract duration of approximately 700 days. Contractors must register in the System for Award Management to participate, with a solicitation expected around February 4, 2025, and proposals due by April 4, 2025. A site visit is scheduled for February 21, 2025. The project evaluation will employ a tradeoff approach, allowing selection based on both cost and technical factors, emphasizing the best value over the lowest bid. NOAA encourages potential bidders to review draft documents to understand requirements, ensuring they are ready to meet performance standards outlined in the RFP.
    Similar Opportunities
    Grounds Maintenance Service - Woodford, VA
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for grounds maintenance services at the National Geodetic Survey's Testing & Training Center located in Woodford, Virginia. The procurement involves a firm-fixed price contract for a base year from April 1, 2025, to March 31, 2026, with the option to extend for four additional years, potentially lasting until March 31, 2030. This contract is crucial for maintaining approximately 20 acres of landscaped grounds, ensuring operational efficiency and environmental aesthetics, while adhering to federal labor standards and safety regulations. Interested contractors must submit their quotes by 2:00 PM Eastern on February 26, 2025, and can direct inquiries to Wendy Culbreth at wendy.culbreth@noaa.gov or by phone at 757-605-1263.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Buyer not available
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.
    FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the replacement and upgrade of HVAC systems at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project specifically involves the removal of a failed 60-ton Daikin chiller and the installation of a new chiller along with Variable Frequency Drive (VFD) replacements, ensuring compliance with safety regulations and integration into the existing Energy Management System. This procurement is crucial for maintaining operational efficiency and safety at the marine sanctuary, which serves as an important environmental and visitor center. Interested small businesses must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date on or about March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel, S3008, located in Patuxent, MD. The procurement includes essential tasks such as hull inspection, surface preparation, application of epoxy primer and antifouling paint, and installation of impressed current cathodic protection systems, all to be completed within a 90-day performance period. This contract is vital for maintaining the operational integrity of NOAA's maritime assets and ensuring compliance with federal labor standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    20--RFP for Class B Uncrewed Maritime Systems
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the procurement of Class B Uncrewed Maritime Systems. The objective of this procurement is to acquire advanced maritime systems that will enhance NOAA's capabilities in marine research and monitoring. These systems are crucial for various applications, including environmental assessments and data collection in marine environments. Interested vendors should reach out to Andrew Northcutt at ANDREW.NORTHCUTT@NOAA.GOV for further details regarding the solicitation process.
    REFRESH VESTIBULES IN 3 STATES: AZ, MT, NV
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to refurbish vestibules at three National Weather Service locations in Arizona, Montana, and Nevada. The project involves replacing flooring, painting, retrofitting lighting to LED, and updating wall heaters, with a completion timeline of 120 calendar days from the award date. This Total Small Business Set-Aside contract emphasizes the importance of facility upgrades in enhancing operational efficiency and compliance with federal regulations, including the Davis-Bacon Act. Interested contractors must submit their quotes by March 10, 2025, and are required to register with FedConnect® for contract administration; for further inquiries, they can contact Kerri Coffey at kerri.coffey@noaa.gov or call 303-578-6861.
    N44255-25-R-1503, Pre-Solicitation Notice -- NAVFAC Northwest VENTI Multiple Award Construction Contract (VENTI MACC)
    Buyer not available
    The Department of Defense, through the NAVFAC Northwest, is preparing to solicit proposals for the VENTI Multiple Award Construction Contract (VENTI MACC) aimed at commercial and institutional building construction in Silverdale, Washington. This contract will encompass a range of construction services, focusing on the construction of miscellaneous buildings, which are vital for supporting military operations and infrastructure. Interested contractors should note that the primary point of contact for this opportunity is Jodus Hortin, who can be reached at jodus.d.hortin.civ@us.navy.mil or by phone at 360-315-8317, with a secondary contact being Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or 360-396-0262. Further details regarding the solicitation timeline and specific requirements will be provided in the forthcoming solicitation documents.
    A&E IDIQ Contracts for Naval Architecture and Marine Engineering Support
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small business firms to provide Architect-Engineer (A-E) support in naval architecture and marine engineering through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The selected contractors will assist with various tasks related to NOAA's fleet, including feasibility studies, detailed designs, systems analyses, and fleet support studies for research and survey vessels. This procurement is crucial for enhancing NOAA's operational capabilities and ensuring compliance with safety and quality standards in marine operations. Interested firms must submit their qualifications using GSA Standard Form 330 by March 6, 2025, with a total contract value of up to $2.95 million over a 60-month period. For further inquiries, contact Andre Frantz at Andre.Frantz@noaa.gov or 757-317-0686.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command (NAVFACSYSCOM) Washington, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and ensuring compliance with Department of Defense standards. Interested contractors, specifically those on the list of MACC holders, must submit their electronic proposals by February 25, 2025, and can direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.
    Montlake Laboratory Landscaping Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide landscaping services for the Montlake Laboratory in Seattle, Washington. The contract will cover essential maintenance tasks such as mowing, edging, weeding, mulch application, pruning, and optional landscape restoration, with a structured monthly work schedule to ensure compliance with federal maintenance standards. This procurement is particularly important for maintaining the laboratory's exterior grounds and supporting environmental conservation efforts, including the management of invasive plant species. Interested small businesses, including those owned by veterans and women, must submit their proposals by the specified deadlines, with the contract performance period set from May 12, 2025, to May 11, 2026, and potential option years extending to May 11, 2030. For further inquiries, contractors can contact Anna Ma at ANNA.MA@NOAA.GOV.