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
M--Provide Moorage in Kodiak, AK for the NOAA Ship Ra
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide husbandry services for the NOAA Ship Rainier during its scheduled visit to the Port of Kodiak, Alaska, from May 23 to May 27, 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, sewage management, and fuel delivery, with the contract structured as a firm fixed price based on best value criteria including experience, availability, and price. This opportunity is a 100% small business set-aside under NAICS code 488310, with a total contract value determined by actual costs incurred, and interested vendors must submit their quotes electronically by April 23, 2025, to Christopher Baker at christopher.baker@noaa.gov. For further inquiries, questions must be submitted in writing by April 18, 2025, to the same email address.
M--Provide Moorage in Kodiak, AK for the NOAA Ship Ra
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors to provide husbandry services for the NOAA Ship Rainier during its scheduled visit to the Port of Kodiak, Alaska, from May 1 to May 23, 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, and fueling capabilities, with optional services like bilge water disposal and shore power availability also outlined. This opportunity is critical for supporting NOAA's marine operations and ensuring compliance with safety and operational standards during hydrographic survey activities. Interested small businesses must submit their quotes electronically by April 23, 2025, at 12:00 PM ET, to Christopher Baker at christopher.baker@noaa.gov, and are encouraged to register with the SAM database for consideration.
Replace Main Motor Heat Exchangers on NOAA Ship PI
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide husbandry services for the replacement of main motor heat exchangers on the NOAA Ship Pisces, scheduled for May 23-27, 2025, at the Port of Kodiak, Alaska. The procurement includes the removal and installation of heat exchangers, compliance with ABS welding standards, and operational testing, with a focus on maintaining cleanliness and safety throughout the project. This contract is a total small business set-aside under NAICS code 336611, and interested contractors must submit their quotes electronically by April 30, 2025, with all inquiries directed to Christopher Baker at christopher.baker@noaa.gov. The evaluation will consider capability, availability, and pricing, emphasizing the importance of adherence to specified requirements and submission guidelines.
Y--HAVO 326181 Rehabilitate Rainshed & Water Treatmen
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the rainwater catchment and water treatment system at Hawai’i Volcanoes National Park. This Sources Sought Notice aims to gather information from both large and small businesses to inform the development of an acquisition strategy for a project expected to exceed $10 million, which includes enhancements to the rainwater system, demolition and replacement of two buildings, and adherence to protective measures due to cultural and environmental considerations. The construction is projected to last 20 months, with work scheduled year-round to minimize visitor impact, and interested businesses must submit their qualifications, experience, and bonding capacity by April 14, 2025, with the solicitation for proposals anticipated to be issued in Summer 2025. For further inquiries, interested parties can contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
La Jolla Fire Suppression System Replacement
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking information from contractors regarding the replacement of the fire suppression system at the Southwest Fisheries Science Center in La Jolla, California. The project aims to replace the existing FM200 fire suppression system with the environmentally sustainable NOVEC 1230 system, ensuring compliance with safety standards and regulatory requirements, including the American Innovation and Manufacturing Act of 2020. This initiative underscores NOAA's commitment to safety and sustainability, as the contractor will be responsible for assessing the current system, procuring and installing new components, and ensuring compatibility with existing infrastructure. Interested parties must submit their responses to Contract Specialist Anna Ma at anna.ma@noaa.gov by April 16, 2025, at 1:00 p.m. Pacific Time, with a maximum of eight PDF pages allowed for the submission.
HAFC CAHA BODIE ISLAND Exhibit Plan, Design, Fab
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the planning, design, fabrication, and installation of new interpretive exhibits at the Bodie Island Visitor Center, located 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 the visitor experience and educational opportunities. This procurement is set aside for small businesses in the custom architectural woodwork and millwork manufacturing industry, emphasizing compliance with accessibility guidelines and federal regulations throughout the project. 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.
45--KALA Intermodal Composting System
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide an Intermodal Composting System for Kalaupapa National Historical Park in Hawaii. The procurement aims to enhance waste disposal solutions in alignment with environmental standards, reflecting the agency's commitment to sustainability in park services. Interested contractors must submit their quotations by April 13, 2025, with delivery expected by June 30, 2025, to Refrigerant Recycling Inc. in Kapolei, HI. For further inquiries, potential offerors can contact Janet Milson at janetmilson@nps.gov or by phone at 907-201-2581.
PBARC Roof Repair and Painting for USDA ARS in Hilo, HI
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a roof repair and painting project at the Pacific Basin Agricultural Research Center (PBARC) in Hilo, Hawaii. The project involves comprehensive inspection and repair of approximately 28,000 square feet of the existing roof, along with sealing and repainting two arches and a 40' x 200' exterior wall, ensuring compliance with federal, state, and local codes. This initiative underscores USDA's commitment to maintaining its research facilities while promoting small business participation, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor the SAM website for the Request for Quotation (RFQ 12905B25Q0064), expected to be released around May 5, 2025, and must ensure their registration with the System for Award Management.
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.
READINESS CENTER ADDITION COMMISSIONING SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified firms to provide commissioning services for the Readiness Center Addition project located in Kapolei, Hawaii. The contractor will be responsible for conducting building commissioning for various systems, including HVAC, building automation, lighting control, and electrical systems, as well as developing a comprehensive commissioning plan and attending construction meetings over an eight-month period. This opportunity is crucial for ensuring the operational efficiency and safety of the facility's systems, with a tentative performance period from December 1, 2024, to May 31, 2026. Interested firms must submit their intent to quote, firm details, and a statement of capability to Warren Sabugo at warren.m.sabugo.civ@army.mil by the specified deadline.