B41 RM 135/136 Restroom Renovation
ID: N0016425Q0644Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting bids for the renovation of restrooms 135 and 136 in Building 41 at Naval Support Activity (NSA) Crane, Indiana. This project, which is a total small business set-aside, requires contractors to provide all necessary labor, materials, and equipment to complete the renovation, including the removal and replacement of existing fixtures, plumbing, electrical updates, and compliance with stringent safety and environmental regulations. The initiative underscores the government's commitment to maintaining high-performance building standards and improving public facilities. Interested vendors must submit their quotations by June 6, 2025, with an anticipated award date of June 16, 2025, and a project completion deadline set for 60 days post-award. For further inquiries, contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document specifies that all toilets in two restrooms are to be entirely removed and replaced with new ones. This replacement emphasizes an initiative likely related to facility upgrades, ensuring modern sanitation standards are met. The context suggests this task could be part of a larger federal or state/local request for proposals (RFP) or grant aimed at improving public facilities. Overall, the directive is clear about the necessity to enhance restroom facilities by implementing new installations, reflecting a commitment to maintaining functional and hygienic environments within public spaces.
    The document outlines a Request for Quotation (RFQ) for the renovation of Restrooms 135/136 in Building 41 at NSWC Crane. This procurement is designated as a 100% small business set-aside with an anticipated single award, and the project's cost is estimated between $100,000 and $250,000, governed by wage rate requirements. Vendors are invited to submit quotations by May 28, 2025, with an anticipated award date of June 16, 2025, and a project completion deadline set for 60 days post-award. A site visit is optional, scheduled for May 22, 2025. The RFQ includes detailed line items of work, including several Contract Data Requirements Lists (CDRLs) that pertain to documentation required throughout the project, emphasizing safety, quality control, and compliance with regulations. Additional clauses regarding invoicing, contract administration, and labor standards are also incorporated. The summary of the project illustrates the government’s effort to facilitate construction improvements while engaging small businesses in government contracting opportunities.
    This document represents an amendment to a federal solicitation for the renovation of restrooms (B41 RM 135/136) as part of an RFP that is 100% set aside for small businesses. The purpose of the amendment is primarily to extend the response due date from May 28, 2025, to June 6, 2025, and to update related dates for site visits and inquiries. A site visit has been scheduled for May 28, 2025, and questions regarding the RFP are due by May 30, 2025. The anticipated award date remains June 16, 2025, with a required contract completion within 60 days after the award. Additionally, the amendment includes important contract clauses, updating terms and conditions related to contractor compliance with various federal statutes and executive orders. The solicitation is framed within the context of federal procurement requirements, emphasizing compliance with wage rate requirements, and laying out expectations for contractor performance. This overview provides essential insights into procedural changes pertinent to potential contractors, ensuring clarity in the bidding process while underscoring the government's commitment to small business engagement.
    The Statement of Work (SOW) for the restroom renovation project at Naval Support Activity Crane, Indiana, outlines the comprehensive tasks and conditions for a contractor to deliver turn-key construction services. This includes all required labor, materials, and adherence to stringent environmental and safety regulations. Key responsibilities include demolition of existing fixtures, installation of new plumbing and electrical systems, and completing carpentry work to improve the facilities. Specific requirements encompass the removal and replacement of partitions, installation of energy-efficient LED lighting, and ensuring compliance with health and safety standards as outlined by various regulations including OSHA and UFGS specifications. Additional details involve meticulous quality control practices, waste management plans, and safety protocols for handling hazardous materials. The contractor is also required to provide regular progress reports, and engage in stringent access control for personnel entering the secure government facility. The project is guided by a completion deadline of September 19, 2025, ensuring timely execution within the framework of government contractual obligations. This initiative underscores the Department of Defense’s commitment to maintaining high-performance building standards while ensuring a safe working environment.
    The document outlines the Statement of Work (SOW) for renovations at the Naval Support Activity (NSA) Crane in Indiana, emphasizing the complete scope of labor and resources needed for the project involving rooms 127 and 127F. Key elements include the removal of existing infrastructure, carpentry tasks, electrical updates, and mechanical system refurbishments. The project aims to convert the renovated space into a laboratory while adhering to safety, environmental, and quality standards outlined by various regulatory bodies. The contractor is required to provide a comprehensive management plan for installation, safety protocols, and waste management. Furthermore, strict guidelines on personnel verification for site access, accident reporting, and compliance with hazardous material regulations are established. A significant emphasis is placed on maintaining health and safety throughout the process, with clear deliverables for submittals and documentation to ensure contract compliance. The effective execution of this project demonstrates the Department of Defense's commitment to upgrading facilities while adhering to professional and operational standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOLE SOURCE – EVALUATION AND REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking a sole source contractor for evaluation and repair services related to electrical and electronic equipment components. This procurement is justified under the notice type "Justification," indicating that the services are critical and may not be competitively bid. The work will take place in Crane, Indiana, and is essential for maintaining the operational readiness and reliability of the Navy's equipment. Interested parties can reach out to Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil for further details regarding this opportunity.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    D-66 AND D-67 HOUSING ASSEMBLIES
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Buyer not available
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    SOLE SOURCE – SOFTWARE LICENSES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    Long Range Broad Agency Announcement (BAA) for NSWC Crane
    Buyer not available
    The Naval Surface Warfare Center Crane Division (NSWC Crane) is issuing a Long Range Broad Agency Announcement (BAA) seeking innovative research proposals to enhance national security across various technical capabilities. The BAA invites submissions related to ten key areas, including Electronic Warfare, Hypersonic Weapon Systems, and Advanced Electronics, with the goal of fostering revolutionary ideas and technology demonstrators that align with NSWC Crane's mission. Proposals can be submitted on a rolling basis until February 1, 2027, with multiple awards anticipated, funded through contracts, grants, cooperative agreements, or other transaction agreements. Interested parties can contact Scotland McKinzie at scotland.mckinzie@navy.mil or Michael Sprinkle at michael.s.sprinkle3.civ@us.navy.mil for further information.
    Railroad Maintenance and Repairs
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Command Mid-Atlantic, is seeking to extend a contract for railroad maintenance and repairs at the Naval Support Activity in Crane, Indiana. This procurement involves a five-month extension with seven one-month option periods for the existing requirements contract with Alltrack, Inc., which is crucial for maintaining the railroad trackage essential to base operations. The contract value will be increased by $700,000 to accommodate additional capacity during this period, with the follow-on procurement anticipated no later than August 7, 2023, or March 7, 2024, if all options are exercised. Interested parties can reach out to Carrie Grimard at carrie.l.grimard.civ@us.navy.mil or by phone at 812-854-6641 for further details.
    Fish Barrier Admin Wing and Bathroom Remodel
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is seeking qualified vendors to remodel and upgrade the administrative wing and bathrooms at the fish barrier located in Lockport, Illinois. The project includes tasks such as painting walls, installing floor and wall tiles, toilet partitions, and a vanity. This procurement is crucial for maintaining the facility's operational standards and ensuring a functional workspace for personnel. Interested small businesses must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by 1:00 PM Central Time on December 22, 2025, with an estimated award date in January 2026. For inquiries, vendors can contact James Parizek at james.p.parizek@usace.army.mil or 312-846-5585.
    SOLE SOURCE – TEST EQUIPMENT MAINTENANCE AND REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance and repair services for test equipment on a sole source basis. This procurement is justified under the PSC code J066, which pertains to the maintenance, repair, and rebuilding of instruments and laboratory equipment, highlighting the critical nature of these services for operational readiness. The work will take place in Crane, Indiana, and is essential for ensuring the reliability and functionality of vital test equipment used by the Navy. Interested parties can reach out to Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for further details regarding this opportunity.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.