ADA Door Openers
ID: N0025324Q0069Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the installation of ADA-compliant low-energy automatic door openers at Building 1003 in Keyport, Washington. The project involves providing and installing new door openers on two sets of double doors at the entrance and lobby, as well as a single door into the lunchroom, with a total estimated contract value between $50,000 and $100,000. This initiative is crucial for enhancing accessibility in compliance with the Americans with Disabilities Act (ADA), reflecting the government's commitment to improving public facility access. Interested small businesses must submit their proposals by the deadline, with the target award date set for December 13, 2024. For inquiries, contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or Kimberly Hammit at kimberly.s.hammit.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the process of definitizing equitable adjustments within construction contracts managed by the Department of the Navy. It provides a breakdown of the durations required to definitize various Change Order Proposals after receiving an adequate Change Order Definitization Proposal. Specifically, it categorizes the number of proposals definitized within time frames of 30 days or less (2 proposals), 31 to 60 days (3 proposals), 61 to 90 days (3 proposals), 91 to 180 days (5 proposals), 181 to 365 days (5 proposals), and over 365 days (2 proposals). Additionally, it notes that 9 adjustments were definitized following contract performance through modifications that addressed all undefinitized equitable adjustments during contract execution. The focus on these timeframes suggests procedural efficiency and transparency in managing contract modifications, essential for federal procurement and compliance within the framework of government contracts and funding mechanisms.
    The document outlines a Request for Proposal (RFP) issued by the Naval Undersea Warfare Center for the installation of ADA-compliant low-energy automatic door openers at Building 1003. This project, estimated between $35,000 and $100,000, is targeted to small businesses and requires a firm fixed-price contract with performance expected within 180 calendar days post-award. Proposals must adhere to specific submission guidelines, including a site visit, cover letter, and various technical documentation, including proof of a Washington State business license and performance bonds. Key requirements include compliance with all applicable federal and state laws, submission of electronic certified payrolls, and a detailed project schedule. The work involves installation of door openers and associated hardware while ensuring existing building access is maintained and safety protocols followed. Environmental compliance and waste management guidelines are stringent, requiring contractors to manage any hazardous waste per regulations. Overall, this RFP is designed to modernize the facility while ensuring accessibility and regulatory compliance, emphasizing safety, quality, and environmental considerations throughout the project lifecycle.
    The document outlines wage determination specifics for building construction projects in Kitsap County, Washington, as governed by federal regulations, including the Davis-Bacon Act and associated Executive Orders. It emphasizes that contractors on covered projects must adhere to minimum wage rates, notably a rate of at least $17.20 per hour for contracts effective or renewed after January 30, 2022. Lower minimums apply for earlier contracts not extended after this date. The document lists various construction worker classifications alongside their respective wage rates and fringe benefits as of specified dates, indicating prevailing wages for laborers, operators, electricians, and other skilled trades. It also addresses the process for contractors to request additional classifications if necessary and informs about the appeal process related to wage determinations. This wage determination is essential to guarantee fair compensation for workers on public construction projects, ensuring compliance with federal labor standards. Its comprehensive structure provides key information for contractors to understand their obligations under federal law, thereby facilitating transparency and adherence to labor regulations in Washington's construction sector.
    The document details the requirements for submitting past performance references as part of a federal Request for Proposal (RFP) or grant application. Offerors must provide information for up to five relevant contracts, specifying whether they are for the prime contractor or a subcontractor. Each reference needs to include key details such as the contract number, title, type, performance period, and both the maximum and current contract values. The document emphasizes the relevance of each reference to the new effort, including describing the portion of work performed and its dollar value or percentage in relation to the current proposal. Offerors are also encouraged to note any problems encountered during past contracts and the corrective actions taken. The structured format guides offerors in presenting their qualifications clearly, ensuring evaluators have the necessary information to assess past performance effectively. This process is critical in the context of government RFPs, as demonstrated capability significantly influences award decisions.
    The document outlines the specifications for two government contracts aimed at enhancing facility maintenance: the installation of ADA door openers and the replacement of breathing air filters alongside new carpet installation. Each asset must be listed separately, including detailed costs for labor and materials related to the removal of old assets and the installation of new ones. The document specifies requirements for recording pertinent information, such as asset descriptions, room locations, quantities, and vendor details. Notably, it emphasizes the importance of documenting equipment removed in conjunction with installed items. The vendors involved include Atlas Copco for air filters and a different supplier for carpets, each providing their contact information. This structure facilitates tracking and accountability in government procurement processes, ensuring compliance with federal guidelines for asset management and facility updates.
    The Safety Requirements for Contractors and Subcontractors document by the Naval Undersea Warfare Center (NUWC) Division Keyport outlines comprehensive guidelines to ensure a safe work environment for contractors and subcontractors involved in its operations. Key responsibilities include compliance with Occupational Safety and Health Administration (OSHA) standards, environment hazard assessments, and mandatory training for employees on safety protocols. Contractors are responsible for daily hazard identification and the implementation of interim safety measures until issues are resolved. Specific areas covered include electrical safety, ergonomics, fall protection, explosives safety, and hazardous material handling. The document also mandates that contractors maintain and certify personal protective equipment (PPE) and conduct regular safety inspections. Additionally, emergency response procedures for spills or accidents are delineated, highlighting the necessity for prompt notifications and investigations. By establishing these guidelines, NUWC aims to uphold safety and health standards while facilitating transparent communication and cooperation with contractor personnel, thereby fostering a culture of safety within its operational scope. Overall, this document plays a critical role in optimizing safety measures across various contracts as part of federal government oversight.
    The "Guide to Environmental Compliance Requirements for Contractors and Subcontractors" serves as a resource for contractors working at the Naval Base Kitsap (NBK) Keyport installation, emphasizing the importance of adherence to federal, state, local laws, and Navy environmental regulations. The guide outlines key topics including emergency response procedures, hazardous material management, waste management, and spill prevention and response protocols. It mandates that contractors familiarize themselves with the Base Environmental Office (BEO) contacts, site-specific environmental impacts, and training requirements needed for compliance. It also highlights the necessity of obtaining approvals for storing and using hazardous materials, proper waste designation, and management practices, including waste pickup and disposal procedures. Additionally, the guide stresses the Navy’s commitment to environmental stewardship and provides resources for reporting spills, accessing environmental services, and ensuring all operations minimize environmental risks. Overall, the guide is crucial for maintaining safety and regulatory compliance throughout projects at Keyport.
    The Operations Security (OPSEC) Guide for Defense Contractors aims to provide essential guidance for contractors engaged with the Naval Undersea Warfare Center Division Keyport and related military installations. It outlines requirements to ensure the protection of Critical Information (CI) relevant to national security, detailing how contractors must handle sensitive data and operations. The guide emphasizes a systematic approach to identifying threats, vulnerabilities, and implementing countermeasures to safeguard critical information. Key sections cover contractor responsibilities for OPSEC compliance, mandated training for personnel, and the development of tailored OPSEC plans when required. Additional guidelines restrict the introduction of personal electronic devices in government settings, prohibit discussing sensitive operations publicly, and require confidentiality for operational details. Moreover, contractors are encouraged to incorporate costs associated with OPSEC compliance into their bids. Overall, the document establishes a framework for contractors to maintain security during their engagements, helping mitigate risks related to espionage or unauthorized disclosures that could jeopardize military operations or sensitive government activities.
    The document details the Schedule of Prices and Contract Performance Statement for the construction project titled "Bldg 1003 ADA Door Opener" at NUWC Keyport. It outlines various budgetary components, including labor, materials, equipment, and bond/insurance costs, all currently listed as $0.00, indicating no financial transactions or completions for the work as of the date noted. Each activity line demonstrates a 100% completion status but shows no earned income or expenditures across all line items, resulting in a total budget value of $0.00. The document appears structured to track project progress and financial accountability, crucial for government contracts, RFPs, grants, and local procurement. The absence of any financial movement raises questions about project initiation or scope, suggesting that no substantive work has commenced. Overall, this document serves as a formal record for potential audits and future budgeting efforts, reflecting the administrative requirements tied to federal funding and grant oversight in the context of government contracting.
    The document is a bid form for the installation of an ADA-compliant door opener at Building 1003, Naval Base Kitsap in Keyport, WA. It outlines the required pricing structure for contractors, including labor, equipment, and material costs associated with the task. The form specifies line items for contractor performance value, project management costs, overhead, profit margins, and bonding costs. A clear firm fixed price proposal is requested for the base bid associated with the ADA Door Opener installation. This document serves as part of the federal Request for Proposal (RFP) process to solicit bids from qualified contractors for government-funded projects, ensuring procurement is conducted with transparency and competitiveness in compliance with federal regulations. The layout helps ensure all costs are accounted for, streamlining the review process for project managers and procurement officials within the government.
    The document is a Pre-Proposal Inquiry Form related to a federal solicitation. It serves as a mechanism for potential bidders to seek clarifications regarding the solicitation details, allowing them to submit inquiries via email to the designated contact (Kitty Candelaria) at the Navy. The form includes spaces to capture vital information such as the solicitation number, title, date, and contact details of the inquiring party. The document is structured to facilitate organized communication by numbering each inquiry, with the intention that the government's responses will be provided in red text. The overall purpose is to ensure that all parties have a clear understanding of the solicitation requirements, thereby enhancing the quality of proposals submitted for consideration. This form reflects standard practices in the context of government Requests for Proposals (RFPs), where transparency and clear communication are essential for successful bidding processes.
    The document outlines the requirements for completing a Safety Data Sheet as part of a federal Request for Proposals (RFP). It mandates that offerors supply detailed safety performance metrics for their last five years, particularly focusing on OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) and Total Recordable Case (TCR) rates. Specific explanations are required for any negative trends or gaps in data reporting. The offeror must also provide a comprehensive Safety Narrative, limited to two pages, detailing their Safety Management System, including leadership and employee involvement, hazard prevention, and safety training protocols. Additionally, the document requests insight into the selection process for subcontractors and how compliance with safety standards will be monitored throughout the contract term. This Safety Data Sheet is essential for assessing the safety performance and commitment of contractors bidding for government projects, ensuring that all contractors meet rigorous safety standards to mitigate risks and protect workers during project execution. Overall, the document serves as a critical component in the evaluation of proposals where safety is paramount.
    The document outlines the Occupational Safety and Health Administration's (OSHA) requirements for employers to record work-related injuries and illnesses. It specifies that employers with 10 or fewer employees are generally exempt from maintaining OSHA records, but all employers must report severe incidents, such as fatalities or amputations. The package includes forms for documenting injuries, explanations for filling them out, and definitions of work-related incidents. Employers must maintain logs for each establishment and post annual summaries for employee awareness. Accurate recordkeeping is essential for identifying workplace hazards and improving safety standards. The document also includes guidelines for calculating incidence rates to assess workplace injuries relative to the number of employees and hours worked, aiming to foster a safer work environment. The overall focus is on regulatory compliance and enhancing workplace safety through diligent reporting and recordkeeping practices.
    The document outlines the architectural and mechanical modifications planned for a facility, emphasizing accessibility improvements in compliance with the Americans with Disabilities Act (ADA). Key features include the installation of new wall-mounted and column-mounted push button openers for lobby doors, effective for ensuring easier access to the building for individuals with disabilities. Specifics include the installation of three wall-mounted openers and an opener designed to operate two doors simultaneously. The plans encompass the location of the openeers, indicated dimensions, and technical annotations, confirming adherence to relevant standards. This initiative reflects the government’s commitment to enhancing public accessibility and safety within public facilities.
    Lifecycle
    Title
    Type
    ADA Door Openers
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Building 33 Facility Renovation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the renovation of Building 33, which includes interior demolition, asbestos removal, flooring repairs, and painting. This project is a total small business set-aside, emphasizing the importance of small business participation in federal contracting, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. The estimated contract value ranges from $100,000 to $250,000, with a target award date of November 4, 2024. Interested contractors must ensure they are registered in the System for Award Management (SAM) and are encouraged to contact Michelle Farrales or Kimberly Hammit for further inquiries regarding the solicitation.
    DOOR BALLISTIC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of Door Ballistic systems, with a focus on small business participation. This acquisition will be conducted as a competitive solicitation, and the selected contractor will be responsible for delivering the specified goods to the U.S. Naval Base in Yokosuka, Japan, within 30 days after receipt of order. The solicitation is expected to be posted on the BetaSam website around October 18, 2024, with proposals due by October 28, 2024. Interested parties should direct inquiries to Jennifer Boyle via email at jennifer.l.boyle16.civ@us.navy.mil and are encouraged to monitor the BetaSam site for updates and amendments.
    MAFO-Holtkamp Door
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure the MAFO-Holtkamp Door through a combined synopsis/solicitation process. This procurement is intended for commercial items and will be conducted using Simplified Acquisition Procedures as outlined in FAR Part 13, with the Government planning to award the contract on a sole source basis to Bath Iron Works. The MAFO-Holtkamp Door is critical for shipbuilding and repair operations, emphasizing the importance of timely and efficient procurement in maintaining naval capabilities. Interested parties may express their interest and capability to respond to this requirement, with all inquiries directed to Stephanie Forman at stephanie.forman1@navy.mil or Darlene Shipp at darlene.p.shipp.civ@us.navy.mil, as no written solicitation will be issued and paper copies will not be available.
    QUICK ACTING AIRTIGHT DOOR
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a QUICK ACTING AIRTIGHT DOOR. This item is typically used for marine hardware and hull items. Please see attached amendment extending close date to 11/16/2023.
    15--DOOR,AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft doors, classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement requires compliance with various quality and inspection standards, including unique identification and valuation, warranty provisions, and adherence to the Buy American Act, among others. These aircraft doors are critical components for military aircraft, ensuring operational readiness and safety. Interested vendors must submit their proposals along with the necessary source approval documentation as outlined in the NAVSUP WSS Source Approval Brochure, available online. For further inquiries, potential bidders can contact Vladimir Maksimchuk at 215-697-3533 or via email at VLADIMIR.MAKSIMCHUK@NAVY.MIL.
    Satellite TV Service
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the installation of a satellite TV system across two buildings in Keyport, Washington. The procurement includes the provision of all necessary installation materials and labor, adhering to specific technical requirements outlined in the Statement of Work, which prohibits drilling into existing infrastructure and emphasizes the use of existing mounts. This initiative aims to enhance the communication infrastructure at NUWC while ensuring compliance with federal acquisition regulations and safety standards. Interested vendors must submit their proposals electronically by November 14, 2024, and direct any inquiries to Patti Rees at patricia.j.rees.civ@us.navy.mil.
    Door Actuator SSA Mt Vernon
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for the purchase and installation of five door actuators at the Social Security Administration (SSA) office located in Mount Vernon, Washington. The contractor will be responsible for providing all necessary labor, materials, tools, and equipment to complete the installation, which includes two actuators for employee entrances, two for restrooms, and one for public access, with a project completion timeline of 45 days from the start date. This procurement is part of the GSA's initiative to engage small businesses under NAICS code 561210, emphasizing compliance with federal contracting standards and safety regulations. Interested contractors must submit their quotes by October 24, 2024, and can direct inquiries to Darion Robinson or Charles Enoch via their respective emails.
    15--DOOR,ACCESS,AIRCRAF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 19 units of aircraft access doors, identified by part number 74A428030-1010. The solicitation requires that all items be manufactured, tested, and inspected in accordance with the original equipment manufacturer (OEM) specifications, and offers from non-OEM sources must include traceability documentation to support their proposals. These aircraft access doors are critical components for maintaining operational readiness and safety in naval aviation. Interested vendors must submit their proposals, including applicable cost data and compliance with source approval requirements, to Jaclyn Dooling at jaclyn.dooling@navy.mil by the specified deadline to be considered for this opportunity.
    53--DOOR,ACCESS,UTILITY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 53 units of NSN 5340016635150, specifically for utility access doors. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated annual order volume of 10 and a guaranteed minimum quantity of 7. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of these components in military logistics and operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    Wiper Ring Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of Wiper Ring Assembly, with a presolicitation notice indicating a total small business set-aside. The requirement includes the production of ten First Article Units, 1,000 production units, and options for two additional years of 720 units each, all in accordance with specific technical drawings and a Statement of Work. This procurement is critical for ensuring the operational readiness of naval systems, and the anticipated solicitation (N0025324Q0081) is expected to be released around November 11, 2024, with a closing date approximately 15 days thereafter. Interested vendors must submit their offers electronically to Brook Smith at brook.m.smith.civ@us.navy.mil, ensuring compliance with all federal regulations and requirements outlined in the solicitation.