56--Heater Replacement, Building 80
ID: N4008516B9326Type: Presolicitation
Overview

Buyer

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

PSC

CONSTRUCTION AND BUILDING MATERIAL (56)

Set Aside

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

    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVFACSYSCOM MID-ATLANTIC is seeking a total small business set-aside for the replacement of the heating system in Building 80. The project involves replacing outdated piping and unit heaters, as well as providing new or replacing existing fin tube radiation in various office spaces. The work will also include wiring and circuit breaker installation. The project is listed as a design build and the solicitation will include drawings, bid break down form, and Div 1 specifications. The place of performance is at Portsmouth Naval Shipyard in Kittery, ME.

    Point(s) of Contact
    JOHN LINDBLOM 207-438-4612 MATT THOMSEN 207-438-4620
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    44--STEAM HEATERS, THIS IS A PRE-SOLICITATION NOTICE ONLY.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DLA MARITIME - PUGET SOUND intends to issue a solicitation for the procurement FOR THE MANUFACTURE OF STEAM HEATERS for the Puget Sound Naval Shipyard and IMF., Maintenance operations. This requirement will be solicited on a 100% small business set-aside basis using the commercial item procedures in FAR Parts 12 and 13. This product is on the non-manufacturer waiver list. It is anticipated that the resultant contract will be a firm fixed price (FFP) type commercial purchase order. This requirement will utilize low price technically acceptable evaluation factors in determining the successful offer. The FOB will be DESTINATION Bremerton, WA. It is anticipated that the solicitation will be posted on or about 01 DECEMBER 2016 The RFQ will be posted on the Navy Electronic Commerce Online (NECO) web link at https://neco.navy.mil and will also be available for download at http://fedbizops.gov/. The closing date of the solicitation will be 15 days from posting.
    N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    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.
    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.
    REPLACE BOILERS MAT BUILDING AT U.S. COAST GUARD, ANT NEW YORK, BAYONNE, NEW JERSEY, PSN 13920142
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of oil-fired boilers with natural gas-fired boilers at the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The project aims to enhance energy efficiency and operational reliability at a critical facility, with an estimated construction cost between $500,000 and $1,000,000. This total small business set-aside opportunity requires contractors to submit bids by March 6, 2025, including a 20% bid guarantee, performance and payment bonds, and compliance with various federal regulations. Interested bidders should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, and are encouraged to attend the site visit scheduled for February 21, 2025.
    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.
    Perimeter Security Improvements, Portsmouth Naval Shipyard (PNSY), NCTS Cutler, Maine
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking small business contractors for a Design Bid Build project focused on Perimeter Security Improvements at the Portsmouth Naval Shipyard and Naval Computer and Telecommunications Station in Cutler, Maine. The project aims to enhance antiterrorism and physical security by constructing features such as an entry control facility, security fences, inspection offices, and advanced security infrastructure including cameras and radars. This procurement is significant for improving security infrastructure and is valued between $25 million and $100 million, with a potential contract award planned for September 2025. Interested firms must demonstrate relevant experience and submit their responses by February 26, 2025, with inquiries directed to Mary Pool at mary.pool@navy.mil or by phone at 757-341-1650.