HANGAR-111 CENTER BAY ROAD SIDE INSTALLATION of Three 400HZ FREQUENCY CONVERTERS.
ID: N0042125Q0099Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Warfare Center Air Division, is soliciting proposals for the installation of three 400Hz frequency converters at Hangar 111, Naval Air Station Patuxent River, Maryland. This project aims to enhance power supply capabilities for the hangar, requiring contractors to conduct a mandatory site visit to assess existing conditions and gather necessary data for accurate proposals. The estimated construction cost ranges from $100,000 to $250,000, with a completion timeline of 60 days from the award date. Interested contractors must submit their bids by April 17, 2025, and are encouraged to contact Ashley Wingfield or Joseph Perry for further information.

Files
Title
Posted
Apr 14, 2025, 4:05 PM UTC
The government document outlines a construction project for the installation of three 90KVA 400Hz frequency converters at Hangar 111, Naval Air Station Patuxent River. The project scope includes the installation of new converters to provide power and the associated demolition and electrical work. Contractors must adhere to safety and regulatory standards including OSHA guidelines and local codes. Key requirements include submitting a technical proposal, daily work reports, and various safety and operational plans. The project site must be accessible, and a technical evaluation of existing conditions is mandated. Completion time for the project is set at 300 calendar days, with proof of delays required in writing. Specific materials, methods, and utility connections are detailed, while ensuring minimal disruption to existing operations. The contractor must provide warranties, involve a licensed electrical contractor, and submit as-built drawings post-completion. The document emphasizes environmental protection, fire safety, and the management of hazardous materials. This project demonstrates the government's commitment to enhancing operational capabilities while maintaining rigorous safety and compliance standards.
Apr 14, 2025, 4:05 PM UTC
Apr 14, 2025, 4:05 PM UTC
The request for quotations (RFQ) pertains to the installation of three 400Hz frequency converters in Hangar 111 at Naval Air Station Patuxent River, MD. The solicitation highlights the need for a mandatory site visit scheduled for April 10, 2025, and requires contractors to submit their proposals by April 17, 2025. The work involves installation, verification of existing conditions, and compliance with safety and construction regulations. Contractors must provide all necessary materials, labor, and supervision, with particular attention to safety standards and existing government infrastructure. Key requirements include detailed project planning, daily production reporting, and coordination with government personnel to minimize disruption to ongoing operations. The selected contractor is expected to complete the installation within 60 calendar days from the award date, ensuring adherence to specific quality assurance measures and environmental guidelines. Overall, this RFQ exemplifies the federal procurement process for infrastructure projects aimed at enhancing military facility capabilities while ensuring contractor accountability and regulatory compliance.
Apr 14, 2025, 4:05 PM UTC
The document is a Request for Quotations (RFQ) for the installation of three 400Hz frequency converters at Hangar 111, Naval Air Station Patuxent River, MD. The project aims to provide new power for the hangar, with a construction cost estimate ranging from $100,000 to $250,000. A mandatory site visit is scheduled, and bidders must verify existing conditions to ensure accurate proposals. The contractor must comply with federal safety standards and obtain necessary permits, including fire permits for hot work. The scope of work includes demolition, installation of electrical feeds, and ensuring all equipment meets specified technical standards. The government will supply certain materials and utilities, while the contractor is responsible for all labor, equipment, and supervision. A critical aspect of the project is adherence to specified codes and standards, including safety, quality assurance, and warranty provisions. After project completion, payments will be processed through the Wide Area Workflow (WAWF) system, and documentation must include operational manuals and as-built drawings. This RFQ underlines the government’s effort to maintain and improve infrastructure at military facilities while adhering to strict compliance and safety regulations.
Apr 14, 2025, 4:05 PM UTC
This document is an amendment to a government solicitation (N0042125Q0099) related to a construction project at Naval Air Station Patuxent River, Maryland. The amendment addresses requests for information (RFIs) and includes a list of attendees from a mandatory site visit conducted on April 10, 2025. Key points include confirmation that the bid date and time remain unchanged, a construction cost range of $100,000 to $250,000, and the requirement for contractors to attend the site visit to gather data about existing conditions. Contractors must submit their bids by April 17, 2025, with work expected to be completed within 60 days from the date of the award. Contact details for a technical point of contact and payment issues are provided. The amendment emphasizes the importance of site verification in achieving successful construction, reflecting the procedural rigor typical in federal RFP processes. Overall, this document outlines essential administrative changes and clarifies expectations for prospective contractors.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
Buyer not available
The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated as N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and will be awarded to selected contractors from a list of MACC holders, with electronic submissions due by February 25, 2025. Interested parties should direct inquiries to Lindsay Brown or Damila Adams, and a pre-proposal conference is scheduled for January 29, 2025, emphasizing the need for compliance with wage determinations and bonding requirements throughout the project lifecycle.
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Hangar at March Air Reserve Base in California. This project involves a Design-Bid-Build approach, focusing on the construction of a maintenance hangar that will support KC-46A aircraft operations, including necessary infrastructure improvements and compliance with environmental regulations. The estimated project cost ranges from $100 million to $250 million, with a strong emphasis on sustainability and adherence to federal contracting standards. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or by phone at 502-315-6900.
Repairs to Room 112 Building 4305 for KC130 OTA #6
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Room 112 in Building 4305A at Marine Corps Air Station Cherry Point, North Carolina. This project, designated as Project No. 7434031, involves the installation of electrical infrastructure, including a ground bar, a new electrical panel, and an Emergency Power Off switch, with a target completion date of 60 days post-award. The estimated cost for this procurement is under $25,000, and it is restricted to specific M&R MACC contractors, with proposals due by May 22, 2025. Interested contractors should contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
POWER SUPPLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the repair of power supply units under solicitation number N00104-25-Q-QB79. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 90 days and to adhere to specific quality assurance and inspection standards as outlined in the contract. This opportunity is critical for maintaining operational readiness and ensuring the reliability of electrical converters used in various defense applications. Interested contractors must submit their offers by April 10, 2025, at 4:30 PM local time, and can direct inquiries to Marcus A. Hill at 717-605-6055 or via email at marcus.a.hill21.civ@us.navy.mil.
P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-1458 2nd Radio Battalion Complex, Phase 2, which includes a Parachute Maintenance Facility and a Supply Warehouse at Camp Lejeune, North Carolina. The project entails designing and constructing facilities that comply with Anti-Terrorism/Force Protection (ATFP) standards, featuring specialized construction elements such as reinforced concrete structures and advanced mechanical systems. This procurement is critical for enhancing military capabilities and ensuring operational efficiency within federally funded projects, with an estimated budget of approximately $18,030,800 and a completion timeline of 780 days post-award. Interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or by phone at 757-341-0559.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
POWER SUPPLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units under a federal contract. The procurement involves the repair and overhaul of electrical converters, classified under the NAICS code 335931, and is critical for maintaining operational capabilities within the Navy. This contract is particularly significant as it pertains to non-aviation critical safety items, where failure could lead to serious equipment damage or personnel injury. Interested contractors must submit their proposals, including a firm-fixed price quote and relevant qualifications, to Stephen A. Knox at the provided email address by the specified deadline, with a requested repair turnaround time of 135 days.
POWER SUPPLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of power supply units under a fixed-price contract. The procurement aims to ensure the operational readiness of critical electrical converters, which are essential for various defense applications. Contractors are required to meet a Repair Turnaround Time (RTAT) of 44 days and must adhere to strict quality assurance and inspection protocols as outlined in the solicitation. Interested parties should direct inquiries to Genevieve E. Miller at 717-605-6457 or via email at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL, with proposals expected to include detailed pricing and capacity constraints by the specified deadline.
61--POWER SUPPLY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair and modification of power supply units, classified under the NAICS code 335931. The procurement requires contractors to provide firm-fixed prices for the repair of electrical converters, with a strict Repair Turnaround Time (RTAT) of 126 days post-receipt of the assets, and adherence to specific quality assurance and inspection standards. This contract is critical for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must submit their quotes electronically to Taylor Arroyo at taylor.r.arroyo2.civ@us.navy.mil, with a minimum quote validity of 90 days, and are encouraged to provide throughput constraints and detailed pricing breakdowns as part of their submissions.
Z--RM12-2137, REPAIR RUNWAYS 14-32 and 6-24 PHASES 2 and 3 NAS PATUXENT RIVER PATUXENT RIVER, MARYLAND
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM Washington for the repair of runways 14-32 and 6-24 at NAS Patuxent River in Patuxent River, Maryland. The service being procured is the repair of the runways in phases 2 and 3. This service is typically used to maintain and ensure the proper functioning of the runways, allowing for safe aircraft operations.