Roving Fire Watch
ID: N42158-25-R-S002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

All Other Support Services (561990)

PSC

HOUSEKEEPING- FIRE PROTECTION (S202)

Set Aside

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

    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking proposals for Roving Fire Watch (RFW) services to monitor and mitigate fire risks across several facilities in Portsmouth, Virginia. The procurement aims to ensure continuous fire watch during maintenance and repair of fire protection systems, emphasizing the need for qualified personnel trained in safety protocols and emergency procedures. This contract is critical for maintaining safety standards and operational integrity at the naval facility. Interested small businesses must submit their proposals by February 17, 2025, with further inquiries directed to Jason D. Fittro at Jason.Fittro@navy.mil or Jeremy Weible at jeremy.r.weible.civ@us.navy.mil.

    Files
    Title
    Posted
    The document pertains to a solicitation for Roving Fire Watch Services under the solicitation number N4215825RS002. It outlines the proposal requirements, including the necessity for offerors to provide detailed pricing for multiple contract periods, specifically a base year and up to three option years. Each section requests information on labor categories, total hours, and costs, including a fully burdened rate for service provision. The structure includes space for entries on proposed labor categories, total hours for each contract line item number (CLIN), and corresponding costs for each option period. It emphasizes compliance with federal acquisition regulations, indicating that the information will be critical in evaluating proposals. This solicitation reflects an organized effort by the government to manage fire watch services comprehensively, ensuring cost-effectiveness and adherence to procurement regulations.
    The document provides a comprehensive wage determination related to contracts covered under the Service Contract Act (SCA) by the U.S. Department of Labor. It outlines the minimum wage requirements and rate structure for specific occupations within the region of Virginia, as well as applicable federal executive orders (EO 14026 and EO 13658) establishing minimum wage and paid sick leave. Contractors are mandated to pay workers at least $17.20 per hour (for contracts post-January 30, 2022) or $12.90 per hour (for contracts between January 1, 2015, and January 29, 2022), depending on their contract award dates. The wage determination enumerates various occupations along with corresponding hourly wage rates, fringe benefits, and conditions for pay adjustments, including those subject to the EOs. In addition to occupational wage rates, the document highlights fringe benefits such as health and welfare, paid vacation, and holiday benefits. It also details procedures for classifying unlisted occupations under SCA. This document serves as a vital resource for compliance with federal labor laws, ensuring fair compensation for contractors and their employees engaged in federal service contracts.
    The document consists of a Past Performance Questionnaire for a solicitation related to Roving Fire Watch services, under Solicitation Number N4215825RS002. It outlines a framework for evaluating contractors based on their past performance, categorized by performance levels ranging from "Outstanding" (5) to "Unsatisfactory" (1). The questionnaire requires contractors to provide identifying information and assess elements such as quality, timeliness, and responsiveness, using a rating scale. Particular areas of evaluation include customer satisfaction, adherence to performance schedules, problem-solving abilities, and cost control. Respondents are asked to comment on the contractors’ strengths and weaknesses, their compliance with socioeconomic goals, and whether they would rehire the contractor in question. Contact details for the individual completing the questionnaire are also requested. The purpose of this document is to collect essential performance feedback from past contracts to inform future procurement decisions, emphasizing the government's commitment to maintaining high standards in contractor performance and accountability while encouraging the involvement of small and disadvantaged businesses. This aligns with broader federal government procurement practices aiming to enhance service delivery and mitigate risks associated with contract fulfillment.
    The Past Performance Information Form serves as a structured document for vendors to report their performance on government contracts. It includes essential elements such as vendor identification, contract numbers, customer details, and key contact information. The form requires vendors to provide financial breakdowns of contract values over time, average personnel involved, and the performance period. Furthermore, it calls for a detailed description of work performed to demonstrate the relevance to current solicitations, alongside information on any subcontractors engaged, including their roles and financial value of their contributions. This document is critical for evaluating a vendor’s past performance, ensuring alignment with federal and state RFP requirements, and supporting decision-making processes in procurement by assessing vendor suitability based on historical performance metrics.
    The document outlines the Contract Data Requirements List (CDRL) for the Norfolk Naval Shipyard's Roving Fire Watch, detailing specific data items required from contractors. The purpose of these data items, such as personnel training records, attendance reports, and expenditures, is to ensure compliance with operational standards and to monitor key performance metrics throughout the contract lifecycle. Each data item is categorized with a unique identification number, title, and authority reference. The CDRL mandates frequencies and submission formats, including electronic submissions in Excel or PDF. The document highlights the necessity for weekly, monthly, and annual reports to track personnel qualifications, training, and financial expenditures. The intended audience includes government contracting officers and associated contractors, reaffirming the commitment to maintaining effective oversight and management of services provided by contractors at the naval facility. This structure facilitates accountability and transparency in fulfilling the requirements outlined in the contract.
    The document outlines essential steps for offerors participating in a government Request for Proposals (RFP) related to the Navy. Prior to proposal submission, offerors must contact the designated Contract Specialist, Mr. Jason Fittro, and the Contracting Officer, Mr. Jeremy Weible, to obtain an additional information document necessary for proposal development. To receive this document, offerors are required to sign a Non-disclosure Agreement (NDA), ensuring confidentiality of the information shared. This protocol emphasizes the importance of maintaining security and compliance in government contracting processes, which is critical for successful proposal submissions and subsequent project execution.
    The document provides site visit instructions for potential contractors scheduled on December 18 and 19, 2024, at 10:00 AM EST, related to solicitation N4215825RS002. Each company is permitted one representative per date, and attendance requires the completion and submission of a Non-Disclosure Agreement to designated Navy officials via email. Individuals must verify base access with specific badge identification and bring valid forms of identification, such as a driver’s license or passport. Contact information is provided for coordination with Navy representatives for inquiries or attendance confirmation. Additionally, draft attachments pertinent to the notice are referenced, ensuring contractors have access to all relevant pre-visit materials. This protocol emphasizes confidentiality and security during the site visit, which is critical for the government RFP process.
    The Norfolk Naval Shipyard (NNSY) Operations Security (OPSEC) Plan for Contractors outlines the requirements and protocols that contractors must follow to protect sensitive information during projects. The plan mandates that all contractors, including subcontractors, adhere to security practices to secure critical information (CI) from unauthorized disclosure. Key elements of the plan include identification of CI, risk assessment, and implementation of countermeasures to protect sensitive data. Contractors are responsible for training personnel, safeguarding sensitive information, and reporting any breaches or compromises to the appropriate authorities. The plan also restricts the use of personal electronic devices and mandates compliance with specific policies regarding personal information and documentation. Furthermore, it underscores the necessity of confidentiality beyond the contract duration. The OPSEC Plan serves as a critical guide for maintaining national security and operational integrity while contractors engage with NNSY on various projects. The document reflects the importance of protecting sensitive information in the context of government contracts and the obligations placed on contractors to support national security objectives.
    The Quality Assurance Surveillance Plan (QASP) outlines the monitoring and evaluation strategies for the Roving Fire Watch services at the Norfolk Naval Shipyard (NNSY) for FY 2025. Its purpose is to ensure that contractors meet required performance standards as stated in the Statement of Work (SOW) and their own Quality Control Plan (QCP). The QASP emphasizes a performance management approach focused on outcomes rather than compliance, enabling contractors flexibility in processes as long as critical results are achieved. The document delineates roles and responsibilities among the Contracting Officer, Contracting Officer's Representative, Project Manager, and Technical Point of Contact, who collectively oversee quality assurance and contractor performance through various monitoring techniques, including customer feedback and scheduled inspections. Required performance standards are articulated in the attachments, specifying tasks, expected outcomes, and acceptable quality levels. The plan emphasizes a systematic feedback loop for performance assessment and corrective action plans if standards are not met. It serves as a framework for effective contract administration and quality assurance, reflecting the requirements of government procurement processes.
    The document outlines an amendment to a federal solicitation (N4215824RCD0009) aimed at extending important submission deadlines in a contract related to support services at the Norfolk Naval Shipyard. The questions deadline is now set for January 10, 2025, with a corresponding submission due date for offerors extended to January 24, 2025. The amendment emphasizes several proposals regarding mandatory site visits and the completion of necessary documentation, including a Nondisclosure Agreement. The solicitation is structured into four proposal volumes: Contractual Requirements, Technical Approach, Past Performance, and Price, with specific formatting and content guidelines. Eligible offerors must provide detailed descriptions of their management capabilities, relevant past performance, and a pricing sheet. Critical deadlines and submission protocols highlight the government's commitment to structured evaluations while ensuring adherence to compliance with federal guidelines. The amendment underscores the importance of thoroughness in proposal submissions, as non-compliance can lead to disqualification from the bidding process. Overall, it reflects the government's effort to streamline procurement procedures while facilitating transparency and competition among potential contractors.
    The document pertains to the amendment of solicitation N4215824RCD0009 for a federal contract, specifically issued by the Norfolk Naval Shipyard. The primary purpose of this amendment is to extend the deadline for proposal submissions from February 5, 2025, at 11:00 AM to February 17, 2025, at 09:00 AM EST. This change is communicated formally, ensuring that all other terms and conditions of the solicitation remain unchanged and in effect. Contractors and offerors are required to acknowledge receipt of this amendment, which may influence their submitted offers. Additionally, the document specifies that if any changes to already submitted offers are desired, they must be communicated through appropriate channels before the new deadline. The amendment is a standard administrative procedure followed in government contracting to ensure transparency and adherence to solicitation protocols.
    The document is an amendment to a solicitation for the Norfolk Naval Shipyard, primarily extending the offer due date from January 24, 2025, at 9:00 AM to February 5, 2025, at 11:00 AM EST. Aside from this extension, all other terms and conditions of the solicitation remain unchanged. The amendment outlines the process for offerors to acknowledge receipt, which must be completed before the new due date. Additionally, it reflects an updated Table of Contents that lists several attachments, including a Pricing Sheet, Wage Determination, Past Performance Questionnaires, and other relevant documents necessary for potential contractors. This amendment ensures that all interested parties are informed of changes in the solicitation process, maintaining compliance and efficiency in contract procurement for federal projects. The effective date of this amendment is January 21, 2025.
    The document N4215824RCD0009 is an amendment to a federal solicitation involving updates necessary for a contract under the Norfolk Naval Shipyard. The primary purpose of this amendment is to revise Attachment 2, changing the Wage Determination from 2015-4323 to 2015-4341, and to update the FAR 52.222-42 clause concerning equivalent rates for federal hires. The amendment is effective as of January 27, 2025, and impacts several attachments, including the Pricing Sheet and various Past Performance questionnaires. Additionally, it includes a statement of wages and fringe benefits for service employees under the updated wage determination. Contractors must acknowledge receipt of this amendment prior to the specified date to avoid rejection of their offers. The changes reflect administrative updates, highlighting the importance of compliance with labor standards in federal contracting. This modification process is part of the broader regulatory framework governing government RFPs, emphasizing the need for contractors to stay informed about wage determinations and employment standards applicable to federal contracts.
    The document outlines a Request for Proposal (RFP) for Roving Fire Watch (RFW) services at the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The aim is to ensure a constant fire watch in facilities during maintenance and repair of fire protection systems. It specifies the requirements for bidders, including service delivery, qualifications, training, and safety regulations, particularly for handling hazardous materials. Key elements of the RFP include a mandatory site visit, a submission deadline of January 11, 2025, and stipulations regarding contractor qualifications, such as prior training in fire watch protocols and safety compliance. Contractors must manage RFW personnel effectively, ensuring they possess personal protective equipment and are trained in emergency procedures. The document further details security and badging requirements for personnel, with an emphasis on the need for confidentiality and information security given the sensitive nature of the operations. The RFP reinforces the importance of adhering to various Federal Acquisition Regulations (FAR) and other compliance requirements, ensuring contractors understand their responsibilities in maintaining safety and operational standards at NNSY.
    The document outlines the solicitation Q&As for the Roving Fire Watch (RFW) contract, emphasizing project requirements and clarifications needed for bidders. Key topics include the required security clearance for contractor personnel, which is a yellow badge (confidential), and the role definitions concerning management positions, confirming the Project Supervisor should be titled as Project Manager. Information about equipment provision by NNSY, like radios, is detailed, along with requirements for financial verification and personnel training. Notably, there is no need for a Common Access Card (CAC) or specific resume format. The document indicates that the RFW service is a new requirement, allowing contractors to tailor their personnel mix, while also stipulating that the contractors must provide weekly onboarding updates until all personnel are onboarded. Safety protocols regarding contact with hazardous materials are also discussed, stating that contractors should report unsafe conditions related to storage rather than directly handling them. Additionally, it mentions that while interim security clearances will be accepted, all contractor personnel must eventually hold final clearances. This document serves to clarify solicitation details for potential contractors, ensuring compliance and understanding of contractual expectations.
    Lifecycle
    Title
    Type
    Roving Fire Watch
    Currently viewing
    Solicitation
    Similar Opportunities
    Touch Labor Shipfitter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for a contract titled "Touch Labor Shipfitter" at the Portsmouth Naval Shipyard. This procurement aims to secure labor services for shipbuilding and repair, with a focus on ensuring that contractors provide qualified personnel who meet specific experience and training requirements outlined in the Statement of Work. The contract is set aside for small businesses, emphasizing the importance of fostering competition and participation among smaller firms in the defense sector. Proposals must be submitted through the PIEE Solicitation Module by the deadline of March 20, 2025, at 5:00 AM EST, and interested parties can reach out to Gary Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-438-3091 for further information.
    NAVIFOR N4 Directorate Program’s Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the NAVIFOR N4 Directorate Program’s Support Services, which will be awarded as a firm-fixed price indefinite-delivery, indefinite-quantity (FFP IDIQ) contract. This procurement aims to support various Navy Information Warfare capabilities, including Collaboration at Sea (CAS) and the Combined Enterprise Regional Information Exchange System-Maritime (CENTRIXS-M), ensuring seamless integration and compliance with security standards. The anticipated contract will span five years, with a potential extension of six months, and is set to be solicited as a 100% small business set-aside, with the solicitation expected to be available around March 19, 2025. Interested parties should direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil.
    NNSY Job Fair Advertising
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking qualified small businesses to provide advertising services in support of its Job Fair scheduled for 2025. The procurement aims to deliver comprehensive advertising solutions, including radio and television campaigns, to effectively promote job opportunities in engineering and technician roles at NNSY, utilizing various media platforms and targeted advertising strategies. This initiative is crucial for enhancing recruitment efforts for critical workforce positions within the shipyard, ensuring compliance with federal regulations and promoting small business participation. Interested contractors should note that a solicitation is anticipated to be posted around December 3, 2025, and can contact Jason D. Fittro at Jason.Fittro@navy.mil or Denise J. Swain at denise.j.swain.civ@us.navy.mil for further information.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    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 the Design-Build NSWCPD Package 2 project, which includes critical repairs and upgrades to emergency exit pathways, lighting systems, and fire alarm systems at the Philadelphia Naval Yard Annex. The project aims to enhance safety and compliance with federal regulations by converting the existing fire alarm system into an integrated Fire Alarm and Mass Notification System, alongside necessary repairs to the sprinkler system. This initiative is vital for maintaining operational safety and infrastructure reliability within military facilities. Proposals are due by March 24, 2025, with a site visit scheduled for February 20, 2025; interested contractors can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further information.
    J--Tyco Alarm Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance services for TYCO Alarm. This service is used to ensure the proper functioning and upkeep of TYCO Alarm systems. The contract will be a Firm Fixed Price (FFP) contract and will be awarded to a small business. The contract will have a base year of twelve months and four option periods of twelve months each. The RFQ package will be available for download on or about 23 March 2017. Interested contractors must be registered in the System for Award Management (SAM) database to be eligible for the award. For more information, contact the POC identified in the synopsis.
    Mooring Capstan 2 Testing
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking a contractor to provide all necessary materials and equipment for the Static Bitt, Torsion, and Rated Load Testing of Mooring Capstan No. 2. This procurement is set aside for small businesses and aims to ensure compliance with safety regulations and testing protocols, emphasizing the importance of technical and operational integrity in the testing process. The anticipated period of performance for this contract is from September 15, 2025, to November 15, 2025, with proposals due by March 27, 2025, at 12 PM EST. Interested vendors should direct inquiries to Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Facility Investment Services at the Naval Station Newport complex in Rhode Island. The procurement aims to secure comprehensive facility support services, including the management and enhancement of facilities, installed equipment, and systems, with a strong emphasis on compliance with federal regulations and safety standards. This contract is a total small business set-aside, structured as a firm-fixed-price agreement with a base year and four option years, highlighting the government's commitment to engaging small businesses in federal contracting opportunities. Proposals are due by October 24, 2024, at 2:00 PM local time, and interested parties can reach out to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil for further inquiries.
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting proposals for the Radio Frequency Distribution and Control Systems (RFDACS) units and associated engineering services. The procurement aims to develop, test, and deliver RFDACS components, which are critical for military submarine operations, including obsolescence management and compliance with technical specifications. The total contract ceiling is set at $49,525,360, with a contract duration of 60 months, and a minimum small business participation target of 20%. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Christina Sherron at christina.m.sherron2.civ@us.navy.mil or Devin Santerre at devin.t.santerre.civ@us.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.