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
    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
    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.
    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.
    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.
    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.
    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
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for the Manele Small Boat Harbor Breakwater Repair project in Lanai, Hawaii. The project involves maintenance repairs of the rubble mound breakwater, including resetting existing stones and providing new stones as needed, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for maintaining coastal infrastructure and ensuring safe navigation in the area. Interested contractors must submit their qualifications and relevant experience by December 24, 2025, at 2:00 p.m. Hawaii Standard Time, to the designated contacts, Christie Lee and Jennifer Ko, via email.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    Vendor Engagement Session Announcement: Common Analytic and Support System (CASS) for the NOAA National Weather Service (NWS) Tsunami Warning Centers (TWCs)
    Commerce, Department Of
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is hosting a vendor engagement session for the development of the Common Analytic and Support System (CASS) for the National Weather Service (NWS) Tsunami Warning Centers (TWCs) located in Palmer, AK, and Honolulu, HI. The CASS aims to provide comprehensive and consistent forecast and alerting guidance, integrating features from the previous Common Analytic System (CAS) and ensuring fault tolerance and seamless service backup between the two centers. This system is critical for enhancing tsunami modeling and operational efficiency, adhering to high-impact Federal Information Security Modernization Act (FISMA) standards, and will require U.S. citizen employees. Interested vendors must register for the virtual session scheduled for December 18, 2025, from 1400 to 1500 Eastern Time, by completing the CASS Vendor Engagement Questionnaire, and can direct inquiries to Hannah Hartman or Meredith Johnson via email.
    Haleiwa Small Boat Harbor Maintenance Dredging and Revetted Mole Repair, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is seeking letters of interest from prime contractors for a potential Design-Bid-Build construction project focused on maintenance dredging and revetted mole repair at Haleiwa Small Boat Harbor in Oahu, Hawaii. The project aims to restore the harbor to its authorized depths and ensure safe vessel navigation by conducting mechanical clamshell dredging to remove approximately 4,500 cubic yards of accumulated sediment, alongside necessary repairs to the revetted mole structure. Interested contractors must demonstrate relevant experience and capabilities, with an estimated project value between $2 million and $5 million, and responses are due by 2:00 p.m. Hawaii Standard Time on December 24, 2025, to the designated contacts, Jenna Lum and Jennifer Ko.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Pilot Locker Restroom Renovation
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for the renovation of the pilot locker restroom at Base Borinquen in Aguadilla, Puerto Rico. The project aims to upgrade essential facilities, including showers, toilets, sinks, and lighting, while ensuring compliance with local building codes and minimizing disruption to Coast Guard operations. This renovation is crucial for enhancing user experience and aligning restroom facilities with modern standards. Interested contractors are encouraged to attend a site visit scheduled for July 31, 2025, and must submit their quotes by 12 PM on August 8, 2025, to Miguel A. Cruz-Rivera. For further inquiries, contact Hector D. Laguer Garcia or LT Clara Dahill Baue via the provided emails.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.