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 involves the demolition and installation of DDC network modems across multiple buildings within the annex, aimed at modernizing control systems to enhance operational efficiency. This initiative is part of a broader federal effort to maintain and upgrade critical infrastructure, ensuring facilities operate optimally. Interested contractors, specifically those within the 8(a) program, must submit proposals by March 6, 2025, following a mandatory site visit on February 19, 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 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
    NSWCPD Bldg 1000 – Substations Ventilation and DDC Monitoring
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the removal and replacement of substations, ventilation, and Direct Digital Control (DDC) monitoring systems at Building 1000, located in the Philadelphia Naval Business Center, Pennsylvania. The project involves the installation of remote power meters at fourteen electrical substations and their integration into an existing DDC Building Automation System, with a contract completion deadline of 290 days post-award. This initiative is crucial for enhancing the infrastructure and operational efficiency of government facilities, ensuring compliance with safety and regulatory standards. Interested contractors must submit their proposals, including initial price and technical submissions, by the specified deadlines, and are encouraged to contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil for further information.
    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.
    Repair BEQ HP505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Repair of Bachelor Enlisted Quarters (BEQ) HP505 at Marine Corps Base Camp Lejeune, North Carolina. This project involves extensive renovations, including structural repairs, mechanical system upgrades, and compliance with safety and fire protection standards, with an estimated contract value between $10 million and $25 million. The initiative is crucial for enhancing living conditions for military personnel and ensuring the facility meets modern operational requirements. Proposals are due by January 22, 2025, and interested contractors must acknowledge receipt of all amendments to the solicitation, with further inquiries directed to Kyle Vaughan at kyle.l.vaughan2.civ@navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    New Office Navy Reserves Recruiting Center- Virginia Beach, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 4,651 to 5,534 usable square feet of office space in Virginia Beach, VA, to serve as a new Navy Reserves Recruiting Center. The procurement aims to secure a fully serviced lease that includes essential operational requirements such as 24-hour unrestricted access, adequate communication infrastructure, and designated parking for government vehicles, while adhering to federal regulations regarding accessibility and environmental considerations. Proposals must be submitted by 2:00 PM EST on February 28, 2025, with evaluations based on price and technical factors, and interested parties can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or Velta Williams at velta.i.williams@usace.army.mil for further information.
    DSCR Building 59 C Bay Break Room Renovation
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the renovation of the break room in Building 59 C at the Defense Supply Center Richmond (DSCR) in Virginia. The project involves extensive upgrades, including the installation of new cabinets, countertops, ADA-compliant fixtures, electrical modifications, and a new HVAC system, with a total estimated cost between $52,000 and $75,000. This renovation is crucial for maintaining a safe and functional workplace environment, reflecting the DLA's commitment to quality and compliance with federal standards. Interested small businesses must submit their proposals by February 28, 2025, following a mandatory site visit on February 4, 2025, and can contact Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further information.
    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 P909 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 includes the demolition of existing structures and is estimated to have a budget ranging from $25 million to $100 million. The facility is critical for enhancing operational capabilities for Navy personnel, emphasizing compliance with federal construction standards and safety regulations. Interested contractors must submit their proposals electronically by January 31, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    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 facilities through commercial and institutional building construction, which is critical for maintaining quality living conditions for enlisted personnel. This opportunity is set aside for 8(a) certified businesses, and interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N4008525R2564. For inquiries, potential bidders may contact Mim Kesler at 757-847-7949 or via email at mim.c.kesler.civ@us.navy.mil, or Maurice Muse at 757-887-4705 or maurice.muse@navy.mil.
    DSCR Building 59 C Bay Break Room Renovation
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors for the renovation of the break room in Building 59 C at the Richmond installation in Virginia. The project aims to modernize the facility by updating cabinets, countertops, sinks, and lighting, which have significantly deteriorated over the years, while ensuring compliance with ADA standards and implementing strict dust control measures during construction. This renovation is crucial for maintaining a functional and safe workplace environment, reflecting the agency's commitment to operational standards and employee well-being. Interested contractors should contact Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil, with the full solicitation expected to be published on SAM.gov around January 24, 2025, and a site visit scheduled for February 4, 2025.
    D--Hard-Wired Telecommunication
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for hard-wire cable telecommunications services to various locations at U.S. Naval activities throughout the Hampton Roads area. The Hampton Roads area includes Williamsburg, VA, south to Chesapeake, VA. The services may be required in working spaces, living spaces, Navy Lodges, pier side, and dry-docks. This notice is not a request for competitive quotations, but all responsible sources may submit an offer. The complete Request for Proposal (RFP) package will be available for download on or about October 30, 2018, from the NECO Website. The North American Industry Classification System (NAICS) code for this acquisition is 517311 - Wired Telecommunications Carriers. Prospective contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.
    Defense Supply Center Richmond(DSCR) Building 31M Break Room Renovation
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the renovation of the break room in Building 31M at the Defense Supply Center Richmond (DSCR) in Virginia. The project involves significant updates, including the demolition of existing fixtures, mold removal, and the installation of new cabinets, countertops, and plumbing fixtures, all while ensuring compliance with ADA standards. This renovation is crucial for maintaining a safe and functional workspace, reflecting the DLA's commitment to improving its facilities. Interested small businesses must submit their proposals by February 11, 2025, with inquiries accepted until January 31, 2025. For further details, contractors can contact Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil.