The Kihei Visitor Center remodel
ID: 1305M225Q0043Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 4:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to undertake the remodel of the Kihei Visitor Center located in Maui, Hawaii. The project entails significant renovations, including reflooring approximately 2,250 square feet, interior painting, the installation of five exterior security doors, and the optional installation of cabinetry and sinks. This initiative is crucial for maintaining and enhancing facilities that support marine preservation and community engagement, reflecting the government's commitment to environmental education. Interested contractors must submit their quotations electronically by 11 AM Eastern time on February 7, 2025, and are encouraged to conduct a site visit by January 22, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 8:06 PM UTC
The NOAA's National Ocean Service is soliciting quotations for interior renovations at the Hawaiian Islands Humpback Whale National Marine Sanctuary located in Kihei, Maui. The project involves reflooring, painting, and replacing doors within the Visitor Center, accommodating office spaces, a community center, and visitor areas. The total work scope will take place indoors and is expected to be completed within three months following the award, anticipated around February 21, 2025. The contract is set as a firm fixed price with a Lowest Price Technically Acceptable (LPTA) evaluation criterion, and is exclusively open to small businesses under NAICS code 561210. Vendors must provide detailed quotes, including a breakdown of services, and are encouraged to conduct a site visit by January 22, 2025. Quotes are due electronically by 11 AM Eastern time on February 7, 2025. Compliance with labor standards and NOOA's prevention policies regarding harassment is mandatory before commencing work. This solicitation highlights the government’s effort to maintain and upgrade facilities supporting marine preservation efforts while emphasizing transparency and compliance with federal regulations.
Jan 14, 2025, 8:06 PM UTC
The Statement of Work (1305M225Q0043) outlines the maintenance and renovation requirements for the Visitor Center at the Hawaiian Islands Humpback Whale National Marine Sanctuary, located in Kihei, Hawaii. The project involves reflooring, interior painting, security door installation, and an optional sink and cabinet project. The contractor must refloor approximately 2,250 square feet across three floors using sustainable, durable materials suited for high public traffic. Interior painting will cover walls in common areas and offices with low-VOC, sustainable paint. The replacement of five exterior security doors is required, prioritizing materials resistant to the marine environment. Additionally, there is an option for installing a sink and cabinet in the second-floor break room. The project's duration is three months from contract issuance, and while no permits are explicitly required, familiarity with local regulations is important. This initiative reflects the government’s commitment to maintaining public facilities that promote environmental education and community engagement.
Jan 14, 2025, 8:06 PM UTC
The document is a Register of Wage Determinations under the Service Contract Act, issued by the U.S. Department of Labor's Wage and Hour Division. It establishes minimum wage rates and fringe benefits for various occupations in Hawaii, particularly focusing on contracts entered into or renewed after specific dates. Contractors must adhere to the applicable wage rates, which include a minimum hourly wage—$17.75 for contracts after January 30, 2022, or $13.30 for earlier contracts not renewed after that date. The determination lists a wide array of job titles with corresponding wage rates and highlights mandatory benefits, such as health and welfare compensation, vacation leave, and paid sick leave. The document also outlines the conformance process for unlisted job classifications, ensuring compliance under the Service Contract Act. Moreover, it specifies wage differentials for hazardous work and other conditions affecting pay. This information is essential for contractors involved in federal government contracts, ensuring their compliance with labor standards and providing fair wages to employees engaged in government-funded projects across various occupations in Hawaii. The document is crucial for maintaining wage equity and adherence to federal mandates in labor practices within the contractual scope.
Jan 14, 2025, 8:06 PM UTC
The Past Performance Information Form is a requirement for quoters responding to federal solicitations, focusing on their previous contract experience. Quoters must demonstrate relevant past performance, highlighting contracts from the last three years that align in scope, magnitude, and complexity with the solicitation at hand. They are allowed to submit a maximum of three references, including essential details such as contract numbers, agency information, points of contact, and the nature of services provided. Factors such as the total contract value and subcontractor involvement must also be detailed. In addition, quoters should discuss any challenges faced during these projects and the corrective measures taken, emphasizing their capability and reliability. New entities without prior contracts must list experiences of key personnel instead. The National Oceanic and Atmospheric Administration (NOAA) retains the right to gather performance information from various sources, ensuring a comprehensive evaluation. This document underlines the importance of past performance in the assessment process and serves as a guideline for entities aiming to participate in government contracting opportunities. Overall, the form plays a vital role in ensuring that the government engages qualified contractors with a proven track record of relevant experience.
Jan 14, 2025, 8:06 PM UTC
The document is a Request for Proposal (RFP) from the federal government concerning renovations at the Visitor Center building in Norfolk, VA. The main objective is to enhance office spaces, general use areas, and bathrooms through reflooring and interior painting, while also replacing exterior security doors and optionally installing cabinetry and sinks. The solicitation indicates a firm-fixed-price contract type, with submissions due by February 7, 2025. Key clauses and terms outline the compliance requirements for potential contractors, including minority ownership classifications like service-disabled veteran-owned small businesses and HUBZone small businesses. Additionally, the document emphasizes adherence to federal contracting regulations, including stipulations regarding minimum wage, labor laws, and telecommunications equipment usage. With a focus on systematic procurement protocols, the RFP aims to engage businesses capable of executing the outlined renovations while ensuring regulatory compliance and social responsibility. Overall, the solicitation reflects federal efforts to modernize facilities while fostering economic opportunities for small businesses and ensuring quality service delivery.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Y--Cape Cod National Seashores Racepoint Area Facility
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a construction project at the Cape Cod National Seashores Racepoint Area Facility in Provincetown, Massachusetts. The project entails the demolition of existing lifeguard and women's changing room facilities, followed by the construction of two new modular double vault toilets, accessible walkways and ramps, outdoor showers, and additional men's changing accommodations, all while ensuring compliance with Massachusetts Department of Environmental Protection regulations. This initiative is crucial for enhancing visitor facilities at a significant national park site, with an estimated budget ranging from $1 million to $5 million, and is exclusively set aside for small businesses under NAICS Code 236220. The solicitation is expected to be issued around May 6, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM) to be eligible. For further details, potential bidders can contact Mari Tolleson at maritolleson@nps.gov or by phone at 857-283-4598.
M--Provide Moorage in Kodiak, AK for the NOAA Ship Ra
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting quotes for husbandry services for the NOAA Ship Rainier during its port call in Kodiak, Alaska, from May 1 to October 30, 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, sewage management, fueling capabilities, and optional services like bilge water removal and tug assistance. This opportunity is significant for supporting NOAA's marine operations and ensuring logistical efficiency during hydrographic surveys in Alaska's coastal waters. Interested vendors must submit their quotes electronically by April 23, 2025, and direct any inquiries to Christopher Baker at christopher.baker@noaa.gov.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
M--HAFC CAHA BODIE ISLAND Exhibit Plan, Design, Fab
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for the planning, design, fabrication, and installation of new interpretive exhibits at the Bodie Island Visitor Center within Cape Hatteras National Seashore. The project aims to replace outdated exhibits with approximately 352 square feet of new installations that will include interactive features and conservation-grade display cases, enhancing visitor engagement and educational opportunities. This procurement is set aside for small businesses in the custom architectural woodwork manufacturing industry, with a firm-fixed price contract anticipated. Interested contractors should contact Sheila Spring at SheilaSpring@nps.gov or call 304-535-6239 for further details, with proposals due in accordance with the specified solicitation timeline.
Construction - B1170 Door Project
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B1170 Door Project, which involves the installation of double doors. This project is specifically set aside for small businesses under NAICS code 236220, with a contract value estimated to be under $25,000. The work is critical for enhancing facility access and security, and contractors are required to register with SAM.gov to participate. Proposals are due by May 23, 2025, with a mandatory site visit scheduled for May 8, 2025, necessitating pre-registration and security clearance. Interested parties can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or Michael Ouellette at michael.n.ouellette.civ@us.navy.mil for further information.
Visitor Center Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for Visitor Center Support Services to assist the Headquarters Battalion of the Marine Forces Reserve (MARFORRES) in New Orleans, Louisiana. The contractor will be responsible for providing personnel, materials, and administrative services to support MARFORRES’s security management programs, including managing the Visitor Control Program and executing the Physical Security Management Program. This contract, characterized as a non-personal service agreement, emphasizes the importance of administrative support in maintaining high operational standards and security compliance, with a performance period of one base year and four optional years. Interested vendors must submit their quotes electronically by May 2, 2025, with questions directed to Franklin Smith or Parren Tatum, whose contact details are provided in the solicitation notice.
Lawn Maintenance Services for the National Weather
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide lawn maintenance and groundskeeping services for the National Weather Service (NWS) located in Pleasant Hill, Missouri. This procurement is structured as a Request for Quotation (RFQ) and is designated as a total Small Business Set-Aside under NAICS code 561730, with a size standard of $9.5 million. The contract encompasses a base year and four option years, requiring services such as mowing, trimming, pruning, fertilizing, and managing the sprinkler system, with payment based on actual jobs completed. Interested vendors must submit their quotes electronically by 12 PM on April 29, 2025, to the primary contact, Diana Romero, at diana.romero@noaa.gov.
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.
Replace Restroom Doors
Buyer not available
The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of two restroom doors and frames, along with necessary repairs to damaged drywall and painting to match existing colors. This project is critical for maintaining the facility's operational integrity and ensuring compliance with safety and quality standards. The contract, which is set aside exclusively for small businesses, is anticipated to be awarded as a firm fixed-price agreement, with an estimated value between $15,000 and $50,000. Interested contractors must submit their proposals electronically by the specified deadline and ensure they are registered in the System for Award Management (SAM). For inquiries, potential bidders can contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or James Wasson at james.k.wasson.civ@us.navy.mil.
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels, installation of new stainless steel or marine-grade aluminum panels, and adherence to safety and environmental compliance standards. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and is expected to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals by May 2, 2025, with inquiries directed to Michelle Farrales or James Wasson via email.