DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
ID: N4008525R2585Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, located in Virginia Beach, Virginia. The project aims to enhance operational efficiency by modernizing control systems critical for facility management, with an estimated contract value between $250,000 and $500,000. This initiative is part of a broader federal effort to maintain and improve infrastructure, ensuring that facilities operate optimally. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals by March 12, 2025, following a mandatory site visit scheduled for February 26, 2025. For further inquiries, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a Request for Proposal (RFP) for the Direct Digital Control (DDC) System Repairs at the Naval Air Station Oceana's Dam Neck Annex in Virginia Beach, Virginia. It outlines the project's general requirements, statement of work, and specifications for materials and construction techniques. The RFP emphasizes the need for a comprehensive plan addressing protection of government property, work restrictions, and price/payment procedures. Contractors are required to provide detailed schedules, manage quality control, and ensure safety compliance throughout the project. Additionally, it mandates the submission of various documentation, including project schedules, safety plans, and licenses, while highlighting security measures that must be adhered to for personnel accessing the installation. The document is structured into several parts, outlining general requirements, project programming, prescriptive specifications, and specific attachments such as maps and environmental checklists. The thorough guidelines aim to ensure project feasibility, compliance, and successful completion, reflecting the federal standards and priorities within government contracts. Overall, it signifies a key initiative to enhance the operational efficiency and control systems within the naval base while maintaining strict adherence to safety and environmental regulations.
    The document details the General Wage Determination for construction projects in Virginia Beach, Virginia, effective January 10, 2025. It specifies wage rates for various construction trades, ensuring adherence to the Davis-Bacon Act and associated Executive Orders, which dictate minimum wage standards. For contracts initiated after January 30, 2022, the minimum wage is set at $17.75 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour if not renewed. The wage determination includes rates for skilled labor such as asbestos workers, boilermakers, and electricians, among others, indicating base pay and fringe benefits. Provisions highlight paid holidays and sick leave requirements per Executive Order 13706 for federal contractors from 2017. The document also outlines the process for appeals related to wage determinations, directing inquiries to the U.S. Department of Labor's Wage Hour Division. This comprehensive guideline ensures fair wages and protections for construction workers engaged in federal contracts, emphasizing compliance and the necessity for contractor responsibility in maintaining labor standards.
    The document outlines the procedures for gaining access to NAS Oceana (NASO), Dam Neck Annex (DNA), and the DEVGRU compound on DNA, specifically for contractors and NAVFAC employees. Access requires submission of specific Excel spreadsheets or Word documents for background vetting through security. For NASO and DNA access, a Sponsor Verification Spreadsheet must be completed and emailed to the designated contacts, allowing three business days for processing. Additional fields specify contract expiration, access hours, and sponsoring NAVFAC employee details. For vehicle access, a justified request in Word format is required, and it may take about seven business days to obtain a placard. Access to DEVGRU necessitates prior authorization to NASO/DNA and must be submitted via another Excel spreadsheet. DEVGRU conducts its own security checks, and inquiries about access issues can be directed to designated personnel. This document serves as a protocol for contractors seeking base access, emphasizing the importance of compliance with submission formats and timelines to facilitate security processes.
    The document pertains to federal and state/local Requests for Proposals (RFPs) and grants. However, it fails to provide substantive content due to a technical issue with the PDF viewer, leading to a placeholder message instead of the intended material. Without access to the specific details within the file, the summary cannot convey any specific topics, key ideas, or supporting details. Consequently, there is no structure or critical information available for analysis or summarization. The document's primary purpose likely involves outlining procedures for governmental funding opportunities but remains inaccessible for further evaluation. To proceed, it is essential to acquire a functional version of the document to extract and summarize relevant content efficiently.
    This solicitation, identified as RFP# N4008525R2585, is for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, with a cut-off date for proposals set for February 25, 2025. The document indicates the project requires prospective offerors to submit questions, which are addressed by the government in subsequent amendments to clarify project requirements. The structure allows for the identification of specific reference numbers associated with inquiries and government responses. This request for proposal is part of the broader federal initiative to maintain and enhance building systems, focusing on modernizing control systems critical for operational efficiency. By facilitating DDC repairs, the project aims to ensure that facilities operate optimally, reflecting the government's commitment to infrastructure maintenance and modernization.
    The document outlines requirements concerning federal procurement related to certain telecommunications and video surveillance services or equipment, specifically addressing representations by offerors. It emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from acquiring equipment or services that utilize "covered telecommunications equipment or services." Offerors must certify whether they provide or use such equipment and disclose pertinent details if they do. Defined terms and procedures for reviewing excluded parties in the System for Award Management (SAM) are provided. The regulation stresses the importance of transparency in federal contracting to ensure national security and prevent reliance on potentially harmful technologies. This provision is critical in the context of federal requests for proposals (RFPs) and grants, promoting the prioritization of safe and compliant equipment in government contracts.
    The Oceana 8A IDIQ project outlines essential requirements and procedures for contractors working at the Naval Air Station Oceana. It covers general contract prerequisites, including work restrictions, safety, quality control, and construction management. Contractors must familiarize themselves with administrative policies, submit preconstruction documents for approval, and adhere to scheduled timelines for activities. The contract emphasizes the importance of maintaining security, working within occupied premises while minimizing disturbance, and ensuring effective communication with government officials. Key components addressed include the management of existing structures, contractor access protocols, and the process for submitting invoices and progress reports. A specific focus is on safety regulations and the handling of hazardous materials, ensuring compliance with environmental and governmental standards. Additionally, contractors must develop and submit detailed construction schedules, which include milestones for project completion, and adhere to strict guidelines for invoicing and payment procedures. Overall, the document serves as a comprehensive guide to facilitate the successful execution of construction projects within the federal government’s contracting framework.
    The NCTAMS LANT Visit Request Guidance outlines the procedures for submitting a Visit Authorization Request (VAR) to gain clearance for facility visits. Key steps include submitting clearance information via DISS to the designated SMO and providing a VAR on company letterhead if DISS submission is impossible. The VAR must detail the visitor's information, visit specifics, security clearance data, and the endorsement from the government sponsor. For non-U.S. citizens, additional information such as citizenship details and identification type is required. The document defines 'Foreign Person' and 'Foreign National' and clarifies the necessary criteria for individuals representing foreign entities. The guidance ensures compliance with security protocols while facilitating authorized visits to federal facilities, emphasizing the importance of thorough documentation and security verification.
    The document outlines a standardized format for capturing essential participant information related to government RFPs and grants at a specific facility. Required fields include personal identifiers (last name, first name, middle name), company and sponsor details, access hours, and contact information (email and phone number). This structure facilitates the organization of critical data, such as start and end dates and specific commands linked to participants. It indicates a systematic approach to handling RFPs and grants, ensuring all necessary personnel details are collected for compliance and operational needs. The emphasis on mandatory entries reflects a focus on accuracy and thoroughness in participant documentation, which is crucial for effective oversight within federal and state funding processes.
    The document is an amendment to Solicitation N40085-25-R-2585 concerning Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex. The amendment's primary purpose is to reschedule the site visit and extend the due dates for Pre-Proposal Information (PPI) and proposals. Key changes include rescheduling the site visit from February 19, 2025, at 10:00 AM to February 26, 2025, at 10:00 AM. The PPI submission deadline has been moved from February 25, 2025, at 2:00 PM to March 5, 2025, at 2:00 PM, and the proposal submission deadline has been extended from March 6, 2025, at 2:00 PM to March 12, 2025, at 2:00 PM. Further, the document emphasizes that all other terms and conditions remain unchanged and intact. Interested parties must acknowledge receipt of this amendment, which is critical for their offers to be considered. The structured preparation of the amendment follows specific federal guidelines outlining necessary procedural details for contract management and engagement with contractors. This amendment indicates the government's ongoing commitment to transparency and responsiveness in the procurement process.
    This document is an amendment to solicitation N40085-25-R-2585 for Direct Digital Controls (DDC) system repairs at Building 527, Dam Neck Annex. The amendment extends the deadline for receiving offers and includes the issuance of a Site Visit Sign-In Sheet, which is vital for prospective contractors to formally document their participation in an on-site visit related to the project. The amendment emphasizes that all other terms and conditions remain unchanged, urging contractors to acknowledge the amendment in their submissions to avoid offers being rejected. This process reflects standard government procurement practices, ensuring transparency and compliance in securing contractor participation for federal projects. Overall, this amendment is critical in facilitating communication and information sharing necessary for effective bid submission.
    The government solicitation for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, Virginia Beach, Virginia (Solicitation No. N40085-25-R-2585), outlines a project intended to enhance control systems across various buildings within the annex. This entails demolishing and installing network modems and related equipment, with an estimated cost between $250,000 and $500,000. The project is set under an indefinite-delivery, indefinite-quantity (IDIQ) construction contract for qualified contractors, primarily targeting 8(a) certified businesses. Key deliverables include adherence to specified wage rates, compliance with performance requirements, and meeting a contract completion timeframe of 240 days. Proposals must be submitted by March 6, 2025, with a mandatory site visit on February 19, 2025. Awards will be based on a low price evaluation, with necessary documentation such as bid bonds and price proposal forms required. The document emphasizes the importance of early proposal submissions due to potential server issues and the non-reimbursement policy for proposal costs if funding becomes unavailable. This solicitation exemplifies the government’s structured approach in managing construction projects, ensuring competitive pricing, and compliance with regulatory standards.
    Lifecycle
    Similar Opportunities
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Buyer not available
    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.
    P325 HUMAN PERFORMANCE TRAINING CENTER, JEB FORT STORY LITTLE CREEK, VIRGINIA BEACH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the construction of the P-325 Human Performance Training Center at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This Design-Build project involves constructing a two-story, 40,000 GSF training center for Naval Special Warfare, which includes the demolition of three existing buildings and emphasizes high-performance standards and sustainable building practices. The project is crucial for enhancing the operational capabilities of Special Operations Forces personnel and adheres to federal regulations and standards for military facilities. Interested contractors must submit proposals electronically by April 22, 2025, with an estimated contract value between $25 million and $100 million, and a pre-proposal site visit is scheduled for March 20, 2025. For further inquiries, contractors can contact Angela Clifton at angela.j.clifton2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P-909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    NH-16 Replace Air Cooled Chiller at Naval Support Activity (NSA), Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the replacement of an air-cooled chiller at the Naval Support Activity in Norfolk, Virginia. This project falls under an indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract focused on HVAC and mechanical projects, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 180 days from the award date. The procurement emphasizes compliance with federal regulations, including wage determinations under the Davis-Bacon Act, and requires contractors to adhere to specific security and ethical guidelines, such as those prohibiting the use of certain telecommunications equipment and ensuring no involvement with forced labor. Interested contractors must submit their proposals electronically via the PIEE system by March 20, 2025, and can direct inquiries to Shelby Howard at shelby.howard@navy.mil or Nathan Whybrew at nathan.b.whybrew@navy.mil.
    MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing fire protection measures, all while ensuring compliance with safety and environmental regulations. The modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, with a minimum requirement for small business participation set at 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
    INDUSTRY DAY FOR DESIGN-BUILD, RM24-3467 RENOVATE SP17 FOR FLEET LEGAL SERVICES, NAVAL STATION NORFOLK, NORFOLK VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is hosting a virtual Industry Day on March 18, 2025, to discuss the renovation of Building SP-17 for Fleet Legal Services at Naval Station Norfolk, Virginia. This design-build project, with an estimated construction cost between $100 million and $250 million, aims to create a Fleet Legal Services Complex (FLSC) that will serve as the primary legal support facility for the U.S. Navy Second Fleet, incorporating both prefabricated modular construction and conventional renovations. Interested contractors are required to RSVP by March 17, 2025, to gain access to the Industry Day meeting link, which will feature project presentations and a Q&A session with NAVFAC’s design team, ahead of the anticipated project advertisement scheduled for April 2025. For further inquiries, contractors can contact Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    BEQ Improvements York 2075 and 1807
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for improvements to Bachelor Enlisted Quarters (BEQ) at locations 2075 and 1807. The project aims to enhance the living conditions for enlisted personnel by undertaking commercial and institutional building construction, specifically focusing on maintenance and upgrades to miscellaneous buildings. This procurement is part of the 8(a) Set-Aside program, emphasizing the importance of supporting small businesses in federal contracting. Interested contractors can reach out to Mim Kesler at 757-847-7949 or via email at Mim.c.kesler.civ@us.navy.mil for further details.
    DESIGN-BUILD NSWCPD PACKAGE 2 B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a design-build contract focused on various repair and upgrade projects at the Philadelphia Naval Yard Annex. The scope of work includes emergency exit pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is critical for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 24, 2025, with a site visit scheduled for February 20, 2025, and interested contractors can contact Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Multiple Bachelor Enlisted Quarters (BEQ) Lock Repairs Phase IV project at Camp Lejeune, North Carolina. This project aims to address critical maintenance needs by replacing locksets on multiple living area doors across 53 BEQ buildings, with an estimated budget ranging from $5 million to $10 million. The contract is essential for maintaining security and operational continuity at the facility, adhering to federal contracting norms and safety standards. Interested contractors must submit their proposals by March 13, 2025, at 2:00 PM, and are encouraged to acknowledge amendments and participate in a site visit scheduled for March 5, 2025. For further inquiries, contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.