RENOVATE BLDG 154, NAVAL SUPPORT FACILITY, INDIAN HEAD, MD
ID: N4008024R2227Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Defense intends to renovate multiple buildings at the Naval Support Facility in Indian Head, Maryland, focusing on explosives safety and construction support. The primary goal is to ensure compliance with safety regulations while modernizing the facilities.

    Opportunity Overview

    This opportunity aims to renovate Buildings 154, 164, and 164A, entailing extensive interior and exterior upgrades. The project includes architectural, structural, and mechanical enhancements, along with specialized work such as laboratory equipment installation and cybersecurity measures.

    The Navy also seeks to conduct a hazardous material survey for Building 154, assessing substances like asbestos and lead-based paint, to ensure compliance with environmental regulations ahead of the renovation.

    Additionally, the Department of the Navy seeks access control services to regulate physical access to its installations, implementing a robust identity verification system for personnel and visitor access.

    Scope of Work

    The scope of work for the awardee will include:

    • General renovation and construction services, including demolition, new construction, and integration of various systems.
    • Hazardous material survey and remediation, focusing on asbestos, lead, and other substances.
    • Providing a comprehensive access control solution for regulating physical access to naval installations, integrating biometric databases, and managing visitor flow.
    • Substantial interior alterations, such as constructing shell spaces, and exterior upgrades.
    • Mechanical and electrical systems upgrades, including HVAC, plumbing, and security access control.
    • Site improvements, such as replacing retaining walls, constructing an accessibility ramp, and enhancing stormwater management.
    • Adherence to strict safety, security, and quality standards, including protocols for unexploded ordinances and hazardous materials.
    Eligibility Criteria

    Applicants for the renovation project must possess expertise and experience in leading complex renovation projects, preferably in military settings, and demonstrate successful past performance.

    The hazardous material assessment requires professional certification and expertise in this specialized field.

    For the access control services, applicants should have the capability to implement robust identity verification systems and manage personal information securely.

    Funding and Contract Details

    The estimated funding available for the renovation project ranges from $20 to $100 million. The contract is expected to be awarded as a firm-fixed-price arrangement.

    The access control services contract is anticipated to be firm-fixed-price as well, with an estimated value of $25-$100 million.

    Submission Process

    Interested vendors must submit proposals by the following deadlines to be considered:

    • Renovation project: August 6, 2024.
    • Access control services: Deadlines for submission are not explicitly mentioned, but the anticipated contract award date is within 365 days of the solicitation issue date.
    Evaluation Criteria

    Evaluation of applications will prioritize:

    • Past performance and technical expertise, especially in military renovation projects and hazardous material assessment.
    • Ability to meet stringent safety, security, and quality standards.
    • Pricing competitiveness and accuracy for the renovation project. For the access control services, the focus will be on providing a comprehensive solution adhering to strict security protocols.
    Contact Information

    For the renovation project, applicants can direct queries to the primary point of contact, Shamarian Plummer, at shamarian.plummer@navy.mil or 410-293-1074. A secondary contact is Deanna Ward at deanna.d.ward@navy.mil or 202-685-8411.

    For the access control services, the contact person is also Shamarian Plummer, using the same email and phone number.

    Files
    Title
    Posted
    The Naval Facilities Engineering Sys Command issues a modification to a previous solicitation (N4008024R2227) for a renovation project at Building 154, Naval Support Facility in Indian Head, Maryland. The primary objective is to extend the proposal due date to 23 July 2024, indicating more time is needed for submitting offers. The renovation's scope, primarily focused on providing a site visit sign-in sheet, remains unchanged. Offerors are required to acknowledge receipt of this amendment, and those submitting proposals must reflect this extension. This modification emphasizes the administrative aspects of the solicitation rather than procurement specifics. The original solicitation's terms and conditions continue to apply, and the contracting process follows standard procedures.
    The Naval Facilities Engineering Systems Command issues an amendment to a solicitation for large-scale construction projects. The focus is on renovating Building 154 at the Naval Support Facility in Indian Head, Maryland. The primary objective is to remove and replace the exterior, add a new floor, and perform interior fittings to accommodate labs, administrative spaces, and utilities. The work is expected to take 654 days. Offerors must submit Phase I proposals by 2pm on 31 July 2024, with a competitive range determined thereafter. Phase II will require submission of price proposals and applies only to those in the competitive range. The evaluation criteria emphasize past performance and price, with the lowest priced technically acceptable proposal winning the contract. Key dates include a pre-proposal inquiry deadline of 19 July and a site visit on 27 June. The estimated budget is between $25 million and $100 million.
    The government seeks renovation services for Building 154 at the Naval Support Facility in Indian Head, Maryland, through a modified single-step procurement process. Offerings must now be submitted by Tuesday, August 6, 2024. The primary objective is to renovate the building, with a focus on mechanical, electrical, and plumbing systems, as well as architectural upgrades. This involves comprehensive interior and exterior work, including demolition, sitework, and utility enhancements. The government has provided detailed responses to inquiries, clarifying project requirements, and offering insights into site conditions. Key clarification points include confirmation of renovation scope, confirmation of certain drawings and schedules within the project's architectural and engineering plans, and the requirement for a Project Labor Agreement for contracts valued at $35 million or more. Contractors are responsible for disposing of construction waste and any hazardous materials encountered during the project. The government emphasizes that Building 1049 will require periodic access during construction for storage purposes.
    The government seeks renovation services for Building 154 at the Indian Head Naval Support Facility in Maryland. The procurement objective is to obtain construction and related services to transform the building into a functional space. Key features include renovation of interior and exterior areas, mechanical and electrical systems upgrades, and improvements for laboratory functions. Technical requirements encompass a range of construction and engineering tasks. This includes structural modifications, such as foundation work, and the installation of new walls and stairs. Mechanical systems upgrades involve HVAC, plumbing, and process piping, while electrical requirements cover wiring, lighting, and security access control. The project also entails work on the building envelope, including roofing, windows, and doors. Contractors must submit detailed proposals outlining their approach and capabilities. The government emphasizes the need for past performance information and confirms the project's budget estimate of $25-$100 million. Offerors are expected to price their proposals and adhere to strict requirements regarding hazardous materials and security clearances. Important dates include the proposal submission deadline of August 6, 2024, with evaluations and awards expected thereafter. The contracting officer encourages prompt acknowledgment of the solicitation and emphasizes the importance of meeting deadlines. Questions and clarifications must be submitted prior to the proposal due date for consideration.
    The Explosives Safety Submission (ESS) document outlines the renovation and construction requirements for several buildings at the Naval Support Facility Indian Head (NSFIH), focusing on potential explosive hazards. The primary objective is to ensure safety during earth-moving and construction activities by addressing munitions and explosives concerns. The ESS aims to expand the scope of the munition response to include the repair of the water utility system within the site boundaries. The document provides an in-depth analysis of potential explosive contaminants, primarily nitrocellulose (NC), and establishes protocols for detection, exclusion zones, and response techniques. It also covers the classification, handling, and storage of recovered materials, emphasizing compliance with naval regulations. Key dates include the estimated completion of the Building 154/164 parking lot construction by December 2022 and the water system repair project by June 2025. The evaluation criteria involve assessing proposals based on their ability to adhere to the stringent safety requirements outlined in the ESS, covering everything from detection methods to personal protective equipment.
    The Department of the Navy seeks to renovate Buildings 28, 154, and 164 at the Naval Support Facility in Indian Head, Maryland, focusing on explosives safety. The primary objective is to obtain final approval for Amendment 1, which expands the scope to include construction support for repairing the water utility system within Installation Restoration Site 24. The amendment also updates explosives safety maps. This approval transmittal maintains existing requirements while introducing additional stipulations for the renovation project, which must remain on-site for inspection. Contact details are provided for NOSSA representatives Ms. Kristen McCahill and Mr. Thomas Lee.
    The Naval Facilities Engineering Command seeks to renovate Building 154 at the Indian Head Explosive Ordnance Disposal Technology Division (EODTD) in Indian Head, Maryland. The primary procurement objective is to conduct a hazardous material survey for asbestos, lead-based paint, polychlorinated biphenyls (PCBs), and other potentially hazardous substances ahead of the renovation. The survey's key tasks involve identifying and assessing these materials' presence in the building, with a focus on areas slated for demolition or renovation. This information will be crucial for developing safe work practices and compliance with environmental regulations. The scope includes visual inspections, sampling, and laboratory analysis to determine the extent of hazardous materials and recommend remediation actions. Key dates include a survey conducted on October 2, 2019, and the submission of this report, which summarizes the survey findings. The evaluation of proposals will likely prioritize technical expertise and experience in hazardous material assessment and compliance with federal and state regulations.
    The government seeks to renovate Building 154 at the NSF Indian Head in Maryland, aiming to add a second floor for administrative purposes. The main procurement objective involves extensive interior renovations, including new columns and footings, while retaining the existing superstructure. The project also encompasses site improvements, such as replacing retaining walls, constructing an accessibility ramp, and installing stormwater lines and management facilities. Contractors are expected to protect the building's surroundings, including a parking lot, and adhere to strict guidelines due to the site's proximity to potentially unexploded ordinances and hazardous materials. The government requires professional certification for various specialty areas, ensuring licensed experts' involvement. Key dates include a preconstruction meeting and a 15-day notification period before starting excavation work. Evaluation criteria will likely center on the contractor's ability to meet these specialized requirements and adhere to the specified timelines.
    The government seeks to renovate Building 154 at the NSF Indian Head site in Maryland. This comprehensive RFP outlines extensive modifications across multiple building divisions. The primary focus is on updating mechanical systems, including plumbing, fire suppression, heating, ventilation, and air conditioning (HVAC). The goal is to install efficient and compliant systems, with strict criteria governing materials, workmanship, and manufacturer qualifications. Multiple divisions detailed in the RFP pertain to specialized work. Division 11, for instance, requires the installation of laboratory equipment and fume hoods, while Division 25 specifies integrated automation and cybersecurity measures for various control systems within the facility. Division 27 outlines requirements for a building telecommunications cabling system, and Division 28 relates to interior fire alarm and mass notification systems. The RFP also mandates the removal of hazardous materials and the integration of new construction waste management protocols. Further, it requests the replacement of existing doors, frames, and hardware with new units and the application of sustainable construction practices. Contractors must submit detailed proposals, including material and equipment lists, shop drawings, and coordination diagrams, for government approval. Emphasis is placed on quality assurance, with strict guidelines on product qualifications and manufacturer support. In addition, contractors must provide comprehensive operating and maintenance manuals, as well as instruction to government personnel post-completion. Key dates and evaluation criteria were not explicitly mentioned in the provided information.
    The Department of the Navy seeks renovation and construction services for Buildings 154, 164, and 164A at the Naval Support Facility (NSF) in Indian Head, Maryland, through a multi-sheet RFP. The objective is to create detailed design drawings and specifications for the project, encompassing architectural, structural, mechanical, electrical, and civil engineering aspects. These drawings cover a comprehensive range of requirements, including site plans, demolition and renovation details, and various system installations. The project aims to enhance the facility's functionality and aesthetics while adhering to naval standards. Key dates include the issue date of the RFP, February 26, 2021, and the contract award date, which is not mentioned but will define the project's timeline. The RFP emphasizes the need for accurate field verification and adherence to naval guidelines, indicating a stringent evaluation process focused on technical competence and compliance.
    The government seeks renovation services for Building 154 in Indian Head, Maryland, the primary objective being comprehensive interior and exterior upgrades. Select responses from the Pre-Proposal Inquiry Form (PPI) provide insight into the procurement's specifics. Question 2.1.1 inquires about experience in leading renovation projects, emphasizing skill in project management and coordination for timely completion. Question 2.1.2 seeks evidence of successful past performance in similar military base renovation projects, indicating the government's preference for proven expertise in this domain. Key project requirements include adhering to stringent safety and quality standards, achieving energy efficiency goals, and incorporating sustainable construction practices. The scope encompasses architectural and engineering services, with a focus on designing efficient layouts, upgrading mechanical systems, and enhancing aesthetics. Contractors will be responsible for managing sub-contractors, procuring materials, and ensuring compliance with government-specified standards. The government's estimated cost range for the project is $20–30 million, and they anticipate awarding a firm-fixed-price contract by September 2023. Interested vendors must submit their proposals by the deadline in August to be considered.
    The procurement objective is not explicitly mentioned in the provided file contents. Instead, it appears to be a form related to visitor access and authorization. This form is required to be filled out by authorized personnel for visitors seeking access to restricted areas on naval bases. The focus is on vetting visitors, ensuring they have the necessary clearances, and providing details about their visit, including dates, building access requirements, and point of contact information. The form emphasizes security and access control rather than procurement-related details.
    The Department of the Navy is seeking to procure access control services for its installations and facilities. The primary objective is to regulate physical access to sensitive areas, ensuring the security of personnel and information. This involves implementing a robust identity verification system. The requested solution must integrate biometric databases and information services for designated populations. The aim is to issue access badges, manage visitor flow, and ensure the retrieval of passes upon employment termination. This procurement also entails the collection and processing of personal information, including criminal history checks, to adjudicate access. The RFP outlines detailed requirements for the collection of personal data, including employment and identity proofing information. Applicants will be evaluated based on their ability to provide a comprehensive access control solution that adheres to strict security protocols. The anticipated contract type is firm-fixed-price, with an estimated expiration date of January 2021.
    The government seeks a contractor to renovate Building 154 in Indian Head, Maryland, with the primary objective being comprehensive upgrades and alterations. The base bid requires a complete pricing proposal for all necessary work, including labor, supervision, tools, materials, and equipment. This work must adhere to the drawings and specifications outlined in the request for proposal. The contractor is also invited to provide optional pricing for two alternatives: constructing a second-floor shell space and managing excess quantities associated with the building renovation. The first option involves leaving the second-floor office space as a shell, while the second requests unit pricing for additional work beyond the base bid quantities, specifying unit costs for tasks such as spoils removal, imported fill, and underpinning. Bids are requested for these options, with evaluation criteria focused on the pricing and approach for these alternatives. The contract, expected to last 654 days, is firm-fixed-price, with an emphasis on the government's right to unilaterally award individual CLINs. The base bid is CLIN 0001, with options being CLINs 0002 and 0003, each requiring separate pricing. The government reserves the right to reject unbalanced bids or those with pricing discrepancies. Critical dates include the submission deadline and a potential contract award within 365 days.
    The primary objective of this procurement is to renovate Building 154 in Indian Head, Maryland, with the base bid requiring a comprehensive approach covering labor, supervision, tools, materials, and equipment. This project focuses on renovating the entire building, except for the second-floor office space, which is designated as an optional deductive bid alternate. The government seeks a complete pricing proposal for these works, emphasizing unit costs for specific tasks. The scope involves substantial interior alterations, with particular attention to constructing shell spaces. Bidders are requested to provide pricing for various CLINs and SLINs, encompassing spoils and imported fill removal, UXO removal, underpinning, and dewatering, among other tasks. The government intends to award a firm-fixed-price contract with an estimated duration of 654 calendar days. Key dates and evaluation criteria are outlined in the document, emphasizing the importance of pricing accuracy and the potential exercise of options within a year of contract award.
    The government seeks to renovate Building 154 at the Naval Support Facility in Indian Head, Maryland. The procurement objectives involve renovation and construction work, with a focus on subcontracting opportunities for diverse businesses. The project is divided into a base period and four option periods, aiming to engage various contractors for specific roles. The request for proposals outlines goals for subcontracting dollars and percentages to different business categories, including small businesses, women-owned businesses, and veteran-owned firms. Contractors must abide by FAR Clause 52.219-8, promoting the utilization of small businesses. Key dates include submission deadlines for subcontracting reports, with the first period spanning from October 1st to March 31st and the second from October 1st to September 30th. The base period and option periods together total a significant contract value, offering ample opportunities for qualified subcontractors. This RFP emphasizes the government's commitment to fostering diversity in its contracting, encouraging applicants to propose innovative ways to maximize participation by small and disadvantaged businesses while ensuring timely and efficient project execution.
    The primary objective of this procurement is to renovate Building 154 at the Naval Support Facility in Indian Head, Maryland. The project involves extensive interior and exterior upgrades, including structural modifications, finishes, and mechanical systems improvements. The focus is on confirming the scope, clarifying technical specifics, and extending the proposal submission deadline. Key details include confirmation that the project is a single-phase procurement, with amendments clarifying proposal deadlines and evaluation factors. Offerors must acknowledge receipt of the amendments and submit their proposals by the extended deadline of August 6, 2024. The budget for the renovation is estimated at $25–100 million, and contractors are required to submit a Project Labor Agreement for proposals valued at $35 million or more. Specific technical requirements encompass UXO prevention protocols, concrete and footing specifications, and clarification of architectural details, elevations, and drawings for sectors A and B. The government has provided hazardous materials surveys, and contractors must base their bids on the identified materials. Additional requests concern plumbing and mechanical drawings, door and window schedules, and interior design clarifications. The scope of work involves general renovation, including demolition, new construction, and the integration of mechanical, electrical, and plumbing systems. Key tasks include creating a UXO prevention plan, decontaminating MPPEH, and removing existing equipment and furniture. Contractors must also submit a price proposal using the provided form, detailing their pricing and handling rates. The contract is expected to be a firm-fixed-price arrangement, with an estimated value given as a range: $25–100 million. Key dates include the proposal submission deadline of August 6, 2024. Evaluation criteria center on past performance and price, with the government prioritizing technical expertise and value for money.
    The Naval Facilities Systems Command seeks renovation and construction services for Building 154 at the Naval Support Facility in Indian Head, Maryland, through a two-phase procurement process. Phase 1 focuses on non-cost factors, evaluating past performance and technical capabilities. Offerors must submit searchable PDF proposals, including past performance explanations, if desired. Phase 2 involves price proposals from those rated "Acceptable" in Phase 1 and requires a bid guarantee and a Small Business Subcontracting Plan. The project entails extensive interior and exterior renovations, involving the removal and replacement of the building's exterior, creating a new second floor, and installing modern utilities. The scope includes transforming the ground floor into labs, storage, and a loading dock, while the new second floor will house administrative spaces. Offerors must meet general requirements outlined in the MACC contract, with amendments sent directly to shortlisted contractors. The Navy reserves the right to conduct clarifications if needed and intends to award the contract based on the lowest price among technically acceptable proposals. Critical dates include a site visit on June 27, 2024, a pre-proposal inquiry deadline on July 9, and a proposal due date of July 23. The projected contract completion date is within 654 calendar days of award.
    Lifecycle
    Title
    Type
    Similar Opportunities
    UEM B3163, CTG Solar Turbine (deleted HRSG Boiler, and Gas Booster) Reoccurring Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Washington, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for recurring maintenance of the UEM B3163 CTG Solar Turbine, including the deleted HRSG Boiler and Gas Booster, at the Naval Support Facility in Indian Head, Maryland. The contract requires the selected contractor to provide all necessary labor, materials, equipment, and supervision for maintenance services over a base period of one year, with four additional one-year option periods available. This procurement is critical for ensuring the operational readiness and compliance of essential energy infrastructure, emphasizing the importance of high-quality maintenance services. Proposals are due by 2:00 PM EST on September 23, 2024, and interested parties should direct inquiries to Cynthia Wright at cynthia.wright@navy.mil or Susan K. Swann at susan.swann@navy.mil.
    Construction- Lab and Collaborative Space Reno Project
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the "Lab and Collaborative Space Renovation Project," which involves renovations of various laboratories and collaboration spaces. This project is set aside for 100% small business participation and has an estimated budget ranging from $100,000 to $250,000, emphasizing the importance of enhancing operational facilities within the Navy. Interested contractors must submit their proposals electronically by September 10, 2024, and are encouraged to attend a site visit scheduled for August 7, 2024, to better understand the project requirements. For further inquiries, interested parties can contact Jay Parker at jay.a.parker2.civ@us.navy.mil or Michael Ouellette at michael.n.ouellette.civ@us.navy.mil.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    102 Operations Support
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is soliciting proposals for Operations Support Services under the contract titled "102 Operations Support." The contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to perform both recurring and non-recurring work at various mission-related locations in and around Naval Support Facility Indian Head, Maryland. This procurement is a total small business set-aside, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested offerors must submit their proposals via email to Jeremy Taylor by the specified deadline, with the total estimated contract value exceeding $1.8 million and a performance period anticipated to begin in December 2024. For further inquiries, offerors can reach out to Jeremy Taylor at jeremy.g.taylor2.civ@us.navy.mil.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    RM 23-0631 FIRE PROTECTION AND LIFE SAFETY REPAIRS FOR TRIPLEX B163, 202 & 234 AT NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is seeking qualified small businesses for the RM 23-0631 Fire Protection and Life Safety Repairs project at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project involves significant renovations to three historic buildings, including the replacement of fire suppression systems, HVAC, plumbing, and electrical systems, as well as the construction of fire-rated stair towers and the relocation of office spaces to meet life safety requirements. The estimated contract value ranges between $100 million and $250 million, with responses due by September 10, 2024. Interested parties should submit a capabilities package, including relevant project experience, to Brandi Upton at brandi.j.upton.civ@us.navy.mil.
    NWC B686 Conolly Hall Upgrades / NWC Modular Buildings
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the NWC B686 Conolly Hall Upgrades and NWC Modular Buildings project at Naval Station Newport, Rhode Island. This Design-Bid-Build contract encompasses significant renovations to approximately 80,000 square feet of Conolly Hall, including hazardous materials abatement, mechanical, electrical, plumbing, and fire safety system installations, as well as the installation of modular buildings to support operations during the upgrades. The project is critical for enhancing safety and operational capabilities at the Naval War College, with a total duration of 1,123 calendar days, aiming for completion by September 30, 2027. Proposals are due by September 10, 2024, and interested contractors should contact Shayna Eichner at shayna.t.eichner.civ@us.navy.mil or Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil for further details.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    N33191-24-R-0031 Design-Build (D-B) Construct Maintenance Facility and Technical Training Center in Djibouti
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build contract to construct a Maintenance Facility and Technical Training Center in Djibouti. The project aims to enhance military readiness and operational capabilities by providing a facility that supports training for medical equipment maintenance, with a focus on compliance with both American and Djiboutian regulations. The estimated project cost ranges from $100,000 to $250,000, and proposals must be submitted electronically by October 1, 2024. Interested contractors should contact Anna Gulewich at anna.l.gulewich.civ@us.navy.mil or Daniel Magrino at daniel.k.magrino.civ@us.navy.mil for further details.
    Renovate the Male Dormitory Building 54, Potomac Job Corps Center in Washington, DC
    Active
    Labor, Department Of
    The Department of Labor is seeking qualified contractors to undertake the renovation of the Male Dormitory Building 54 at the Potomac Job Corps Center in Washington, DC. The project involves comprehensive design-build services, including interior renovations, plumbing and electrical system upgrades, HVAC system replacement, and exterior repairs, addressing significant water damage and mold issues. This renovation is crucial for maintaining safe and functional living conditions for Job Corps participants, with a contract value estimated between $5 million and $10 million. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued around September 16, 2024; for further inquiries, contact Bernadette Hughes at hughes.bernadette.l@dol.gov or Martrelle A. Pyatt Harvin at pyattharvin.martrelle@dol.gov.