NOLA Recreation Galley Renovation Project
ID: NAVMWR-25-R-0017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDER NAVY INSTALLATIONS CMDMILLINGTON, TN, 38055-6500, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

HARDWARE, COMMERCIAL (5340)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the NOLA Recreation Galley Renovation Project at Naval Air Station Joint Reserve Base New Orleans, Louisiana. The project aims to transform the existing Redfish Rocks Galley into a multifunctional space that combines food service with recreational opportunities, including the installation of bowling lanes and arcade game infrastructure, while ensuring full accessibility compliance. This renovation is crucial for enhancing the morale and welfare of active duty sailors and eligible guests, with a project budget of approximately $1.1 million funded through non-appropriated funds. Interested contractors must submit their proposals by May 9, 2025, and can direct inquiries to Contracting Officer A'Keesha Stark at akeesha.r.stark.naf@us.navy.mil or by phone at 901-930-7405.

Point(s) of Contact
Files
Title
Posted
This document is an amendment to the Request for Proposal (RFP) NAVMWR-24-R-0017 for the NOLA Recreation Galley Renovation Project at Naval Air Station Joint Reserve Base New Orleans, Louisiana. It outlines the requirements for acknowledging the amendment, emphasizing that offers must confirm receipt before the specified deadline to avoid rejection. Key information includes the acceptance of changes via telegram or letter and instructions related to signing documents. The amendment also establishes a pre-proposal conference on April 17, 2025, at 10:00 AM CST, which will be held via Microsoft Teams, providing access details including a meeting link and phone dial-in options. The amendment states that all other terms of the solicitation remain unchanged. This modification is crucial for potential contractors to understand the timeline and requirements for engagement in the renovation project, ensuring compliance with federal regulations for government contracting.
The document pertains to an amendment of the Request for Proposal (RFP) NAVMWR-25-R-0017 for the NOLA Recreation Galley Renovation Project at Naval Air Station Joint Reserve Base New Orleans, Louisiana. It details the procedures for acknowledgment of the amendment, including submission methods and the consequences for non-compliance. The amendment incorporates minutes from a pre-proposal conference, highlighting project responsibilities and roles of key personnel, including the Contracting Officer, Contract Specialist, and Project Manager. Key instructions outline that the project is funded through Non-Appropriated Funds (NAF) from Morale, Welfare, and Recreation (MWR) programs, with an approximate budget of $1,112,000. Contractors are expected to submit proposals with a focus on design solutions, project management, and qualifications. The evaluation will consider both price and non-price factors, emphasizing the importance of detailed technical proposals. Important contractual aspects, such as inspections, payment processes, and safety requirements, are reiterated, alongside guidelines for submission and inquiry handling. The proposal submission deadline is set for May 9, 2025, at 3:00 PM CT, with emphasis on adherence to specified requirements to avoid proposal rejections. This document underscores the structured nature of federal RFP processes, particularly for projects funded through NAF I, and highlights compliance and communication as central to project management.
The document outlines the amendment to Request for Proposal (RFP) NAVMWR-25-R-0017 for the NOLA Recreation Galley Renovation Project at NAS Joint Reserve Base New Orleans, LA. Key updates include an extension of the solicitation closing date to May 21, 2025, and incorporation of pre-proposal conference minutes. The document also addresses multiple inquiries from potential contractors, providing clarifications on building plans, construction specifications, and project requirements, including the importance of quality control and safety measures. Mandatory submission documents include a signed SF 33 acknowledging amendments and detailed financial proposals. The document specifies that contracts are funded through non-appropriated funds, reinforcing the need for adherence to project timelines to avoid penalties. The project demands a comprehensive design/build approach, with various design phases leading to a budget limit of approximately $1.1 million. It emphasizes the importance of contractor qualifications and experience while also outlining the evaluation criteria for proposals. This amendment serves to ensure a clear understanding of responsibilities, timelines, and project expectations among stakeholders, aligning with federal procurement standards.
Apr 22, 2025, 7:06 PM UTC
The document outlines a Request for Proposals (RFP) for the renovation of the Redfish Rocks Galley at Naval Air Station Joint Reserve Base New Orleans. The project involves transforming the facility into a combined food service and recreation space, entailing design and construction efforts to meet specified functionality standards. It details the scope of work, including the installation of bowling lanes, electrical infrastructure for arcade games, and renovation to ensure accessibility and aesthetic improvements. Key components include a comprehensive price schedule for design and construction costs, a required detailed breakdown of proposed funds, and an emphasis on compliance with various construction codes and environmental regulations. The document underscores the necessity for proper inspections, monitoring contractor performance, and a structured payment system, emphasizing that all funds are non-appropriated. The RFP aims to ensure the project meets quality standards and operational goals while facilitating a transparent bidding process. It sets clear expectations for contractor responsibilities and project management, highlighting the importance of adhering to specified timelines and maintaining communication with the contracting officer throughout the project lifecycle. Overall, the document serves as a structured guide for potential contractors to submit compliant proposals for a significant government renovation project.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
NAS Corpus Christi Splash Pad
Buyer not available
The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the construction of a new splash pad at Naval Air Station (NAS) Corpus Christi, Texas. The project involves demolishing the existing kiddie pool and installing a new splash pad within a designated area, enhancing recreational facilities for military families stationed at the base. This initiative is funded through Non-Appropriated Funds (NAF) and aims to provide a safe and enjoyable environment for community morale, with a project budget capped at $1,547,641.75. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Alanna Young at alanna.g.young.naf@us.navy.mil or Nika Maldonado at nika.n.maldonado.naf@us.navy.mil for further information.
B983 RENOVATE GALLEY AT THE U.S. NAVAL AIR FACILITY ATSUGI, JAPAN
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting bids for the renovation of the galley at the U.S. Naval Air Facility Atsugi in Japan. This project involves the repair or alteration of dining facilities, aligning with the NAICS code 236220 for Commercial and Institutional Building Construction. The renovation is crucial for maintaining operational readiness and providing quality dining services to personnel stationed at the facility. Interested contractors can reach out to Rie Hanazato at rie.hanazato.ln@us.navy.mil or call 0467-63-3487 for further details, and should note that an amendment dated April 7, 2025, has been issued to provide additional questions and answers regarding the solicitation.
New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the New Orleans Harbor and Various Bar Channels Cutterhead Dredge project, designated as Nos. 3-2025. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent waterways. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. The solicitation is expected to be issued around April 15, 2025, and interested vendors are encouraged to register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Bambi Raja at 504-862-1499 or Cori A. Caimi at 504-862-1352.
Z1AZ--Project #629-25-100 Temporary Shoring & Safety Measures for Parking Garages (DB)
Buyer not available
The Department of Veterans Affairs is preparing to release a Request for Proposal (RFP) for Project 629-25-100, which focuses on implementing Temporary Shoring & Safety Measures for Parking Garages at the Southeast Louisiana Veterans Health Care System in New Orleans, LA. The project aims to address urgent structural deficiencies identified in a December 2024 assessment, requiring comprehensive design and repair solutions to ensure safety and compliance with VA standards. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR guidelines, with a construction cost estimated between $100,000 and $250,000. The RFP is expected to be issued around April 28, 2025, with proposals due approximately 30 days later, and interested contractors should contact Contracting Officer JB Herbst at jennings.herbst@va.gov or 318-466-4884 for further information.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring, ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548 for further details.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
BEQ Repair AS4212
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N40085-25-R-2620, involves comprehensive construction work with an estimated cost between $10 million and $25 million, requiring completion within 730 days after award. The procurement is set aside for small businesses, and contractors must adhere to strict safety and environmental regulations while utilizing the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors should submit their proposals by April 9, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
Full Food and Mess Attendant Services, Meridian, MS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Jacksonville, is seeking qualified contractors to provide Full Food and Mess Attendant Services at the Naval Air Station in Meridian, Mississippi. The procurement aims to identify contractors capable of fulfilling the requirements outlined in the Draft Performance Work Statement (PWS), which includes meal preparation, serving, cleaning, and maintaining sanitation standards for military personnel and trainees. This contract is crucial for ensuring quality dining services that meet military operational needs, with a performance period anticipated from September 2025 through August 2030. Interested parties must submit their responses by 4:00 PM EDT on April 29, 2025, and can direct inquiries to Dawn Bonner or Laura Donson via their provided email addresses.
Administrative and Logistical Support Services
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is soliciting proposals for Administrative and Logistical Support Services at the Naval Construction Training Center (NCTC) in Gulfport, Mississippi, along with additional locations in Fort Leonard Wood, Missouri, and Sheppard Air Force Base, Texas. The contract seeks to provide a range of services including student liaison support, mailroom operations, safety and occupational health support, information technology assistance, and general administrative services to enhance the training capabilities of the Seabees. This procurement is crucial for maintaining operational efficiency and supporting year-round training activities at NCTC, which is the primary training facility for the Seabees. Interested contractors must submit their proposals by May 9, 2025, to the designated government officer, Vincent B. Jones, and are encouraged to demonstrate relevant experience and familiarity with Navy procedures. For further inquiries, potential bidders can contact Robert S. Edwards or Ken Parker via the provided email addresses.
USCG District Eight REPFAC Painting
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the USCG District Eight REPFAC Painting project located in New Orleans, Louisiana. The procurement involves providing all necessary labor, materials, and equipment for the painting and restoration of various interior and exterior surfaces, including approximately 13,800 square feet of walls, ceilings, and select doors, with an emphasis on ensuring a high-quality finish and compliance with safety protocols. This project is set aside for small businesses under NAICS Code 238320, with a firm-fixed price contract anticipated to be awarded to the lowest bidder, and all quotes must be submitted by 5:00 PM CST on April 25, 2025, to Wesley.K.Hanna@uscg.mil. Interested contractors are encouraged to inspect the site prior to bidding and must comply with federal wage rates and regulations as outlined in the solicitation documents.