B670 Load Bank Platform for DDGX Project
ID: N4008521R2653Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of a load bank platform as part of the DDGX project at the Philadelphia Navy Yard. This project involves the installation of a steel-framed platform, re-roofing, site work, and security fencing, with an estimated cost between $5 million and $10 million and a completion timeline of 330 days post-award. The initiative is critical for enhancing operational capabilities while ensuring compliance with federal safety and security regulations. Interested small businesses must submit their proposals by September 16, 2024, following a mandatory site visit on September 4, 2024; for further inquiries, contact Georgia Scott at georgia.scott@navy.mil or call 757-341-0691.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a work order for the DDG(X) LBTS WP2 project, focused on constructing an exterior load bank platform at Building 670, Philadelphia Navy Yard. Key project components include the installation of a steel-framed platform, re-roofing, site work, and security fencing. It details procurement and contracting requirements, project restrictions, submittal processes, existing work conditions, and safety regulations. The document emphasizes maintaining government operations during construction and outlines contractor responsibilities, including obtaining necessary permits and ensuring compliance with utility management protocols. Special security measures are stipulated, requiring U.S. citizenship for contractor personnel, alongside strict access control procedures for the site. The comprehensive approach ensures safety, compliance, and coordination with ongoing government operations, demonstrating the project's alignment with governmental contracting standards and policies. Overall, the document serves as a crucial framework for executing the construction project effectively while adhering to federal guidelines.
    The document outlines the project for the installation of a steel exterior load bank platform at Building 670 within the Philadelphia Navy Yard Annex, which is part of the Department of the Navy's Naval Facilities Engineering Systems Command initiatives. The key focus is to facilitate a new structure without disrupting ongoing activities at the adjacent government test facility. The project encompasses detailed plans, including demolition, safety measures, and compliance with federal, state, and local regulations, particularly in fire protection and building codes. The contractor is required to ensure workplace safety and maintain building envelope security during construction. The plans include specific notes for existing utilities, egress pathways, and the management of construction vehicles. Furthermore, the contractor must coordinate with Navy security protocols and environmental regulations to mitigate any potential disturbances from the project. Compliance with various safety standards, including the International Building Code and the NFPA, is mandatory to protect both the infrastructure and personnel involved. This project illustrates the commitment of the Naval Facilities Engineering Systems Command to enhance operational facilities while adhering to strict safety and security guidelines.
    The document serves as a General Decision Number, detailing wage determinations for construction projects in Philadelphia County, Pennsylvania, under the Davis-Bacon Act. It outlines minimum wage requirements for contractors, referencing Executive Orders 14026 and 13658, which stipulate different wage rates based on contract dates. Specifically, contracts signed on or after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour. The document includes a comprehensive list of trade-specific wage rates for various construction roles, such as electricians, carpenters, and laborers, as well as classifications and fringe benefits. The presentation includes guidelines for handling unlisted classifications and outlines the appeals process for wage determinations. The primary purpose is to ensure compliance with federal wage standards for laborers on government-funded construction projects, promoting fair remuneration. This document is integral for stakeholders involved in federal grants and local Request for Proposals (RFPs), ensuring they are informed about labor cost expectations and legal obligations in construction contracting.
    The document serves as a Pre-Proposal Inquiry Submission Form for the federal Request for Proposal (RFP) N4008524R2653 concerning the DDGX B77 Load Bank Platform, based in PNYA, Pennsylvania. The form is designed for potential bidders to submit inquiries about the RFP, allowing for clarification on various aspects before formal proposals are submitted. Key information requested includes questions related to specific sections and paragraphs of the RFP, as well as details about the inquirer’s identity and submission date. This inquiry mechanism encourages transparency and thorough understanding of requirements among bidders, ensuring that proposals meet federal standards and expectations. By facilitating communication between proposers and government officials, the document aims to improve the quality and responsiveness of the proposals received.
    The document outlines the Price Schedule for a request for proposal (RFP) related to the DDG(X) Land Based Test Site (LBTS) work, detailing specific line items required for bidding. It specifies the quantities and unit prices for various components of the project, including base prices for construction and various option items for removal and disposal of contaminated materials. Key components include: - **Base Price (CLIN 0001)**: Total price for the entire work. - **Subtotal items (0001A-D)**: Individual prices for specific structural modifications like roof replacement and non-structural changes. - **Option Items (CLINs 0002-0004)**: Proposed unit prices for additional work (e.g., contaminated soil removal, oily water disposal). The bidding instructions emphasize the importance of completeness and consistency between unit prices and totals, as well as the government’s right to reject unbalanced offers. The evaluation of bids will include the total prices of option items—though exercising these options is at the Government's discretion. The document serves to facilitate transparent bidding and consistent evaluation in compliance with federal procurement standards.
    The document appears to be a placeholder indicating an issue with displaying its content, specifically highlighting the necessity to upgrade the PDF viewer to access the relevant government information. Commonly, this type of document could relate to federal RFPs (Request for Proposals), grants, or state and local RFPs, which are processes used to solicit bids or proposals for government projects. These documents typically outline project goals, eligibility criteria, application procedures, funding availability, and deadlines, serving as a critical tool for agencies seeking to engage external vendors or organizations. Since the provided content does not contain specific details or key ideas due to the display issue, it is advisable to refer to the original source or procure a compatible viewer to capture the document's essence. Understanding the framework of government funding opportunities and procurement methods is essential for entities wishing to participate in these programs effectively, ensuring that potential applicants remain informed about critical deadlines and requirements for submission.
    The document outlines a personnel reference for Jacqueline Harris affiliated with the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, specifically the Public Works Department (PWD) in Norfolk. It includes vital identification details such as her Social Security Number (SSN), date of birth (DOB), and her contact information. The document serves as a record for the sponsor command, which is NAVFAC MIDLANT, highlighting the responsibilities and contact points for inquiries. A phone number and email address for Jacqueline Harris are provided, indicating her role within the command structure. The context of this file seems related to official requests for proposals (RFPs), federal grants, or local procurement projects where personnel involvement is monitored and documented for compliance and operational transparency. It underscores the importance of proper record-keeping in federal operations, particularly in support-related functions that may interact with contractors or project oversight.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide provides essential instructions for vendors participating in the Department of Defense (DoD) solicitation process. The PIEE platform enhances the solicitation process, making it more automated and secure. The guide outlines roles for users within the PIEE Solicitation Module, specifically identifying the Proposal Manager and Proposal View Only roles necessary for submission and viewing of proposals. The document details a step-by-step registration process for new users and provides information for existing users to add roles. Key steps include creating a user account, selecting appropriate roles, providing required company information, and submitting registration. Additionally, it offers guidance on account and technical support, emphasizing the importance of compliance with security measures and the completion of required documentation. Overall, this guide is crucial for vendors to understand the registration requirements and procedural duties associated with engaging in federal RFPs, ensuring streamlined participation in DoD solicitations while maintaining a focus on security and efficiency.
    The document outlines a solicitation for proposals (RFP) regarding the renovation and modernization of the DDG(X) Land-Based Engineering Site Load Bank Platform in Philadelphia, PA. Issued by the Naval Facilities Engineering System Command Mid-Atlantic, it seeks contractors under an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The work involves replacing the roofing of an existing building and constructing a rooftop platform. The estimated project cost is between $5 million and $10 million, with a completion timeline of 330 days post-award. Key requirements include adherence to applicable FAR clauses, submission of a price proposal form, and provisions for utilities. A pre-proposal inquiry deadline is set, with a mandatory site visit on September 4, 2024. Proposals are due by September 16, 2024. Liquidated damages for delays are specified, and the evaluation will favor the lowest price deemed best value. Attachments include wage determinations, proposal forms, and access request forms, illustrating the bidding process and compliance necessary for contractors interested in engaging with this government project.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--Y--MARKET RESEARCH/ REQUEST FOR INFORMATION FOR ELECTRICAL LOAD EXPANSION AT THE PHILADELPHIA NAVY YARD ANNEX. QUESTIONS ARE DUE BY 1600 LOCAL TIME ON 1 OCTOBER 2018.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking information for electrical load expansion at the Philadelphia Navy Yard Annex. This procurement is for the construction of structures/facilities. The primary contact for this procurement is Sidnia Finke, Sidnia.finke@navy.mil. For more details, please refer to the detailed RFI and attachments, including Industry Day details.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under Solicitation No. N40085-24-R-2855. The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security for the Marine Raider Support Group while ensuring minimal disruption to ongoing operations. This initiative is critical for compliance with military security standards and is estimated to cost between $25,000 and $100,000, with proposals due by September 17, 2024, following a mandatory site visit on September 5, 2024. Interested contractors should contact Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Z--Market Research is being conducted for the Dry Dock 4 Renovation at Norfolk Naval Shipyard, Portsmouth, Virginia
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking industry feedback for the Dry Dock 4 Renovation project at Norfolk Naval Shipyard in Portsmouth, Virginia. The project includes various construction activities such as the installation of a temporary cofferdam, repair of caisson seat, structural repairs to dry dock floors and walls, repair of dry dock utility systems, and renovation of pump well mechanical and electrical systems. The estimated construction cost for this project is $100-$250 million. Interested contractors with NAICS code 237990 and similar construction experience are invited to attend an Industry Day event on October 16, 2019, at the Renaissance Hotel in Portsmouth, VA. Feedback on phasing, scheduling, task challenges, and acquisition strategy will be requested. Seating is limited, and interested firms must RSVP by October 10th. This event is open to all contractors, regardless of current contracts with NAVFAC. Contact Mr. Philip Cole, the Contracting Officer, for more information.
    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.
    Electric Power Resiliency - Bldg. 16 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 16, DDJC. The project requires contractors to furnish all labor, management, supervision, tools, materials, equipment, and transportation to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This initiative is crucial for enhancing energy resilience at the facility and is set aside exclusively for small businesses, with an estimated contract value between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and all inquiries should be directed to Paul Holbert at paul.holbert@dla.mil by the specified deadlines.
    ARMED FORCES OF THE PHILIPPINES SUBIC 150-METER PIER PLANNING.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking planning and estimating services for the construction of a 150-meter pier for the Philippine Navy at Subic Bay, Philippines. The procurement aims to provide logistical and programmatic support, including site surveys, engineering design, and project management, while ensuring compliance with legal and regulatory standards. This project is part of Foreign Military Sales (FMS) Case PI-P-GPH and is critical for enhancing the operational capabilities of the Philippine Navy. Interested parties must submit their offers by September 20, 2024, with the anticipated award date set for October 1, 2024, and delivery expected between October 2024 and January 2025. For inquiries, contact Matthew Brace at matthew.brace@navy.mil.
    P--Hobucken and Holly Ridge Tower Demolition
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a small business to complete the Hobucken and Holly Ridge Tower Demolition project. The work includes demolishing and removing two communication towers and their foundations. The project must be completed within 125 days of the contract award date. The estimated cost for this procurement is $250,000.00 to $500,000.00. Bids are due on or about September 3, 2018, at 10:00 AM. Offerors must submit a bid bond of 20% of their proposal amount.
    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.
    Y--P-440 REPLACEMENT OF NAVAL PIER 8, NAVAL BASE SAN DIEGO, SAN DIEGO, CA
    Active
    Dept Of Defense
    Sources Sought - DEPT OF DEFENSE, DEPT OF THE NAVY is seeking small business concerns for the design-build construction project to replace Naval Pier 8 at Naval Base San Diego, CA. The project involves the construction of a pile supported reinforced concrete pier with utilities, information systems, and anti-terrorism/force protection measures. The estimated contract price range is between $25,000,000 and $100,000,000. Interested sources are requested to provide contractor information, type of business, bonding capacity, and experience in constructing waterfront ship berthing structures. Responses are due by September 17, 2018.