RM 23-0631 FIRE PROTECTION AND LIFE SAFETY REPAIRS FOR TRIPLEX B163, 202 & 234 AT NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA
ID: N6247024R0079Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is seeking qualified small businesses for the RM 23-0631 Fire Protection and Life Safety Repairs project at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project involves significant renovations to three historic buildings, including the replacement of fire suppression systems, HVAC, plumbing, and electrical systems, as well as the construction of fire-rated stair towers and the relocation of office spaces to meet life safety requirements. The estimated contract value ranges between $100 million and $250 million, with responses due by September 10, 2024. Interested parties should submit a capabilities package, including relevant project experience, to Brandi Upton at brandi.j.upton.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVFAC Atlantic has issued a Request for Information (RFI) regarding the use of Project Labor Agreements (PLAs) for a construction project focused on fire protection and life safety repairs at Norfolk Naval Station in Portsmouth, VA. The project involves significant renovations to three historic buildings, including the replacement of fire suppression systems, HVAC, plumbing, and electrical systems, as well as the construction of fire-rated stair towers and relocation of office spaces. This federally funded project, estimated to cost between $100 million and $250 million, is designated as a design-bid-build and is expected to span approximately three years. The RFI seeks public input on the potential implementation of PLAs, as mandated by Executive Order 14063, which promotes the use of such agreements in large-scale construction projects exceeding $35 million. Interested parties are invited to respond to a questionnaire addressing various aspects of labor availability, interest in participation, and cost implications related to PLAs. Responses must be submitted via email by September 10, 2024. This RFI is purely for planning purposes and does not constitute a solicitation for proposals.
    The document outlines a “Sources Sought – Contractor Information Form,” intended for contractors to provide essential information when responding to federal RFPs and grants. It consists of several sections, including general contractor identification, business type classifications, and bonding capacity details. The form requires the submission of the contractor's Unique Entity Identifier (UEI), CAGE code, name, address, and contact details for a point of contact (POC). It also prompts contractors to indicate their business classification, such as SBA-certified firms or veteran-owned businesses. Additionally, the document collects information about the contractor's bonding capabilities, including the names of sureties and maximum project bonding limits. The bottom section allows contractors to offer clarifications about the provided information. The form emphasizes simplicity and completeness in responses, ensuring relevant data is collected for potential contract considerations. Overall, this document serves as a standardized tool to facilitate contractor information submission for government contracting opportunities.
    The government document outlines a Sources Sought Notice for the RM 23-0631 Fire Protection and Life Safety Repairs at the Norfolk Naval Shipyard in Portsmouth, Virginia. This notice serves as a preliminary market research tool to gauge the availability of qualified small businesses capable of handling a significant repair and maintenance project that involves upgrading fire suppression systems, HVAC systems, and other essential infrastructure within three historic buildings. The government seeks responses from various small business categories, such as 8(a), HUBZone, and women-owned businesses, to explore possible set-asides for the contract. Interested businesses are required to submit a capabilities package detailing their relevant construction experience, specifically projects valued over $40 million, demonstrating skills in fire systems, mechanical installations, and historic renovations. The North American Industry Classification System (NAICS) Code is 236220, with a contracting magnitude estimated between $100 million and $250 million. The responses are due by September 10, 2024, with clear instructions for submissions. The government commits to confidentiality but also retains the right to cancel the acquisition process if necessary.
    The document serves as a "Sources Sought – Project Information Form" utilized by contractors to provide relevant project experience in response to federal RFPs or grant opportunities. Each contractor must complete one form per project, detailing up to five projects and restricting responses to two pages each. Key components of the form include the contractor's name, project number, contract details, completion status, type of work performed, ownership and customer information, contractor role (prime or subcontractor), and specific contract type. Notably, it also requires an overview of the project, the self-performed work percentage, and any design collaboration details. The purpose of this form is to collect comprehensive information from contractors, which aids the government in assessing their capabilities and experiences for upcoming contracts. By emphasizing extensive project specifics and contractor contributions, the document ensures clarity in evaluating potential applicants for federal and state/local projects, making it an essential tool for procurement processes within government contracting.
    Similar Opportunities
    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.
    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.
    Z--Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast. This contract is for fire protection construction projects at Department of Defense activities within the NAVFAC SE Area of Responsibility. The contract will include fire suppression systems, water supplies, foam systems, gaseous agents, special hazards protection, fire alarm systems, and life safety system renovations. The contract will be awarded to approximately 5 contractors with a total aggregate value of $99,000,000 over a five-year ordering period. The work will primarily be performed in South Carolina, Georgia, Florida, Alabama, Arkansas, Mississippi, Kansas, Louisiana, Texas, Tennessee, Missouri, Oklahoma, Guantanamo Bay Cuba, and the Bahamas. The source selection method will be a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Offerors must be registered with the System for Award Management (SAM) to be considered.
    SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified contractors for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build (DB) and Design-Bid-Build (DBB) Fire Protection Multiple Award Construction Contract (MACC) primarily focused on fire protection installation and repairs. The contract will encompass a range of services including the installation of fire suppression systems, fire alarm systems, and life safety system renovations across various states including Florida, Georgia, and Texas, with an anticipated total value of $99 million over a base year and four option years. Interested parties, particularly small businesses and those with specific certifications, must submit their qualifications and relevant project experience by 3:00 PM Eastern Time on September 5, 2024, to Matthew Abbott at the provided email address, ensuring all submissions adhere to the specified guidelines.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) ARCHITECT AND ENGINEERING (AE) SERVICES CONTRACT FOR MECHANICAL AND ELECTRICAL DESIGN AND ENGINEERING SERVICES WITHIN NAVFAC MID-ATLANTIC REGION PRIMARILY FOR HAMPTON ROADS AREA OF RESPONSIBILITY (HR AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide Indefinite Delivery/Indefinite Quantity (IDIQ) architect-engineer services focused on mechanical and electrical design within the Hampton Roads area of Virginia. The procurement aims to secure specialized design and engineering services to support various federal construction projects, with a total contract value of approximately $40 million over five years. This initiative underscores the government's commitment to enhancing local engineering capabilities and infrastructure modernization efforts. Interested firms must submit their proposals electronically via the PIEE Solicitation Module by September 19, 2024, and can direct inquiries to Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    Y--P791Small Arms Testing and Evaluation Center (SATEC) Range Expansion, JEB Little Creek Fort Story Virginia Beach, Virginia
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the expansion of the Small Arms Testing and Evaluation Center (SATEC) Range at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves the construction of seven new training buildings made of reinforced concrete, capable of withstanding ballistic impacts and repetitive breaching. The buildings will support lighting, video monitoring, sound, and other equipment. Additionally, a new Range Control Building will be constructed for control, safety, and monitoring activities. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of the contract is August 2018, with a completion time of 605 calendar days after award.
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    Fuel Systems Maintenance Dock (FSMD) Joint Base Langley Eustis, Hampton, Virginia
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the construction of a new Fuel Systems Maintenance Dock (FSMD) at Joint Base Langley Eustis in Hampton, Virginia. This project involves the development of a 26,749 square foot hangar designed to accommodate two F-22A aircraft, ensuring safe and efficient maintenance activities while providing necessary administrative, storage, and utility spaces. The facility will feature advanced design elements, including natural lighting and acoustical treatments, to support its operational mission in close proximity to the flight line. Interested contractors can reach out to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil or by phone at 757-201-7310 for further details regarding the solicitation.
    Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).