Containerized Storage Units (CSUs) Design and Feasibility Study at the University of Central Florida Ingenuity Building
ID: N6134025R0039Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking to procure architectural and engineering services for a feasibility study to construct a lab within the University of Central Florida's Ingenuity Hyperspace Building. The primary objective of this study is to assess the viability and design of hosting portable Containerized Storage Units (CSUs) for the Navy's Virtual Joint Environment for Tactical Training Systems (VJETTS) within an approximately 17,000 square foot area. This procurement is a sole-source effort, exclusively accepting quotes from the University of Central Florida, and will be awarded as a firm-fixed-price purchase order under Simplified Acquisition Procedures (SAP). Interested parties should submit their quotes by April 7, 2025, and may contact Carly Galloway at carly.n.galloway.civ@us.navy.mil or Erin Young at erin.b.young@navy.mil for further information.

Point(s) of Contact
Erin Young, Procuring Contracting Officer
(407) 380-4155
erin.b.young@navy.mil
Files
Title
Posted
The document outlines a combined synopsis/solicitation for the procurement of architectural and engineering services to conduct a feasibility study for constructing a lab within the University of Central Florida's Ingenuity Hyperspace Building. The lab will host the Navy's Virtual Joint Environment for Tactical Training Systems (VJETTS) and associated office space. This sole-source procurement only accepts quotes from UCF, adhering to Simplified Acquisition Procedures (SAP) as stated in the Federal Acquisition Regulations. The study will explore the viability and design of portable Containerized Storage Units (CSUs) in an approximately 17,000 square foot area. A single Firm-Fixed-Price item is specified, with quotes due by April 7, 2025. The document details the required provisions, clauses, and compliance regulations necessary for the awarding of the contract, emphasizing the need for technical acceptability and clear communication with potential offerors. The focus centers around facilitating a specialized facility aimed at enhancing training capabilities for Navy personnel and affiliated organizations.
Lifecycle
Title
Type
Similar Opportunities
Undergraduate Jet Training System (UJTS) Request for Information March 2025
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is conducting a Request for Information (RFI) regarding the Undergraduate Jet Training System (UJTS) aimed at enhancing training for U.S. Navy and Marine Corps jet aviators. This initiative seeks input on various aspects, including air vehicle specifications, training device mixes, and integrated Live/Virtual/Constructive training solutions, with the goal of achieving Initial Operational Capability swiftly while maintaining high training quality. The UJTS program is critical for developing effective aviation training solutions, ensuring that naval aviators are well-prepared for their operational responsibilities. Interested parties are encouraged to participate in a virtual Industry Day on April 17, 2025, and must submit their responses by April 30, 2025, to the primary contact, Thomas Conrow, at thomas.w.conrow.civ@us.navy.mil, or the secondary contact, Erin Allison, at erin.e.allison.civ@us.navy.mil.
25-SIMACQ-D30-0026 Learning Center IT Equipment
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center at Port Hueneme, California, is conducting a Sources Sought Notice to identify potential vendors for the procurement of various IT equipment, including keyboard-mouse combos, studio headphones, power strips, UPS systems, and hard drives. This initiative aims to assess market capacity for these commercial items, which are critical for enhancing operational capabilities within the Navy. Interested parties are invited to submit their company information, capabilities, cost estimates, and feedback on feasibility by 3:00 PM Pacific Time on April 29, 2025, via email to the primary contact, Jorge Ortiz, at jorge.u.ortiz.civ@us.navy.mil, or the secondary contact, Brian Carpenter, at brian.a.carpenter14.civ@us.navy.mil. This notice serves as a preliminary information-gathering effort and does not constitute a formal solicitation or guarantee of contract award.
P325 HUMAN PERFORMANCE TRAINING CENTER
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the construction of the P325 Human Performance Training Center at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. This Design-Build project involves constructing a two-story, 40,000 square foot facility aimed at enhancing the operational capabilities of Naval Special Warfare personnel, focusing on injury prevention, rehabilitation, and performance enhancement. The project is critical for improving combat readiness and reducing injury rates among military personnel, with an estimated contract value between $25 million and $100 million and a completion timeframe of 859 calendar days post-award. Interested contractors must submit their proposals electronically by May 9, 2025, and can direct inquiries to Angela Clifton at angela.j.clifton2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
Job Fair Rental Space Norfolk Naval Shipyard
Buyer not available
The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking qualified sources for rental space to host a career fair scheduled for multiple dates in 2025. The procurement requires a venue capable of accommodating 700 to 1,000 attendees, with a minimum space of 12,000 square feet, and must include specific features such as interview areas, registration tables, high-speed internet access, and security personnel. This initiative is crucial for facilitating recruitment efforts and ensuring compliance with federal guidelines, reflecting standard practices in government contracting. Interested parties should contact Jason D. Fittro at Jason.Fittro@navy.mil or call 757-396-8413 to express their interest and provide a capabilities statement, as this is a Sources Sought notice and not a solicitation for proposals.
Sole Source - Linear Piezoelectric Transducer Array
Buyer not available
The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including RF shielding, reconfiguration of spaces, and establishing secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors must hold specific indefinite-delivery contracts to submit proposals by May 5, 2025, and are required to attend a mandatory site visit on April 9, 2025. For further inquiries, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
25-SIMACQ-D30-0022 TLC Classroom Furniture
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting bids for the procurement of classroom furniture under solicitation number 25-SIMACQ-D30-0022. The requirement includes height-adjustable training tables, laminate lecterns, and task chairs, with specific quantities and pricing details outlined for eligible bidders, particularly targeting women-owned small businesses (WOSB) and economically disadvantaged women-owned small businesses (EDWOSB). This procurement is crucial for enhancing educational environments within military facilities, ensuring that the furniture meets operational needs without the requirement for delivery and installation services. Interested vendors must submit their quotes via email by April 17, 2025, and can direct inquiries to Amber Bruno at amber.n.bruno.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil for further clarification.
Underwater Training Targets Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services. The primary objective of this procurement is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, essential for the Navy's Explosive Ordnance Disposal training at Joint Expeditionary Base Little Creek-Fort Story. This contract, which will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, is crucial for enhancing military training capabilities while ensuring compliance with safety and regulatory standards. Interested small businesses must submit their best quotes by the specified deadline, and for further inquiries, they can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring, ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548 for further details.
Q-1075 SOF OPERATIONS BUILDING ADDITION AND RENOVATION, NAVAL AIR STATION OCEANA, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking qualified small business firms for the construction of the Q-1075 Special Operations Forces (SOF) Operations Building Addition and Renovation at Naval Air Station Oceana in Virginia Beach, Virginia. This project involves a two-story addition and renovations to the existing Building 368, which will expand high-bay space, enhance operational areas, and incorporate necessary cybersecurity measures and Anti-Terrorism/Force Protection features. The estimated construction cost ranges from $25 million to $100 million, with the contract award anticipated in September 2025. Interested firms must submit their qualifications, including bonding capacity and relevant project experience, by April 18, 2025, to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil.