REPLACE CRAC UNITS IN SERVER ROOM, BLDG 250, DAM NECK ANNEX
ID: N4008524R2828Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the replacement of Computer Room Air Conditioning (CRAC) units in the server room of Building 250 at the Dam Neck Annex in Virginia Beach, Virginia. The project entails the removal of two existing 26-ton air-cooled CRAC systems and the installation of new non-ducted, air-cooled split type systems designed for optimal IT equipment heat dissipation. This initiative is crucial for maintaining the operational reliability and efficiency of the server room's climate control systems, ensuring compliance with federal regulations throughout the project lifecycle. Proposals are restricted to contractors within a specific 8(a) MACC group, with submissions due by September 30, 2024, and inquiries accepted until September 17, 2024. For further information, interested parties can contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.

    Point(s) of Contact
    Files
    Title
    Posted
    The request for proposal (RFP) outlines the project to replace CRAC (Computer Room Air Conditioning) units in the FP server room at Building 250, Naval Air Station Oceana, Dam Neck Annex, Virginia Beach. Lead by NAVFAC Mid-Atlantic, the RFP details general and specific requirements for construction, including project scope, responsibilities of the contractor, quality control measures, safety policies, and administrative procedures. Essentially, contractors are required to develop a comprehensive design and construction schedule, manage budgets, and ensure compliance with security and safety requirements, especially given the sensitive nature of the facilities involved. Work must be performed while protecting existing Government IT systems, coordinating with relevant personnel for necessary approvals and access. Moreover, the RFP emphasizes adherence to federal regulations and government standards throughout the project lifecycle, including provisions for contractor insurance, invoicing procedures, and quality assurance. A collaborative approach is mandated, with multiple meetings scheduled to ensure alignment between all stakeholders. The overall goal is to efficiently upgrade the server room's climate control systems, enhancing operational reliability and performance within stringent regulatory frameworks.
    The document pertains to a Request for Proposal (RFP) specifically aimed at replacing the Computer Room Air Conditioning (CRAC) units in the server room located within Building 250 at the Dam Neck Annex. The solicitation is identified as N4008524R2828, with a PPI (Proposal Preparation Instruction) cut-off date set for September 17, 2024. This initiative is critical for maintaining optimal environmental conditions for equipment within the server room, ensuring efficient cooling and reliability of operations. It outlines the responsibilities of potential offerors, focusing on remediation of existing facilities and the installation of new units that comply with relevant regulations and standards. The document serves as a formal request for proposals from qualified vendors, signifying the government's commitment to enhancing infrastructure in crucial operational areas. Attention to detail and adherence to project specifications are essential for the successful execution of this RFP.
    The document outlines the procedures for obtaining access to Naval Air Station Oceana (NASO), Dam Neck Annex (DNA), and the DEVGRU compound. It details three main types of access requests: general base access, contractor flight line vehicle access, and DEVGRU specific access. For general base access, individuals must complete a Sponsor Verification spreadsheet and email it to designated authorities. Faxes are no longer permitted, and applications must be in Excel format. Similarly, vehicle access requests require a specific Word document, emphasizing the need for complete information, including justifications for vehicle use on the flight line. Additionally, access to DEVGRU requires prior access to NASO/DNA and submission of an Excel spreadsheet, with specific information to be filled out. A reminder highlights that DEVGRU conducts its own background checks, with no recourse for appeal if access is denied. Key personnel for inquiries are provided, reinforcing the structured vetting process for security clearance at these sensitive military installations. The emphasis is on thorough preparation and compliance with stringent protocols, ensuring the integrity of security surrounding military operations.
    The document appears to be a template used by a governmental agency for collecting specific information related to personnel or entities involved in a sponsored project or request for proposal (RFP). It includes fields for essential information such as individual names, facility details, company affiliation, sponsor contact information, and operational specifics like access hours and flight line permission. The key components focus on identifying personnel, their affiliation and contact points, as well as logistical parameters for the project. The main purpose of the document seems to facilitate communication and ensure proper coordination between sponsors and project participants, emphasizing compliance and operational readiness during project execution. Given the context of government RFPs and grants, this file outlines procedural requirements crucial for stakeholders to adhere to, ensuring streamlined processes related to project approvals or participations. The structured format indicates a comprehensive approach to gathering required data for federal or local funding initiatives, ultimately aiming to enhance project efficacy and safety standards.
    The DEVGRU Contractor Access Instructions outline the essential steps for contractors seeking access to NAS Oceana or Dam Neck facilities. First, contractors must submit a Sponsor Verification form to a designated DEVGRU contact for internal processing. Following this, a "DEVGRU SPREADSHEET" for Visitor Requests is required, and duty escorts must be scheduled. Contractors need to visit NAS Oceana Pass & ID to obtain a DBIDS pass, bringing necessary identification documents, including Form 5512. It is advised to minimize visibility by driving a non-labeled vehicle through inspections. Contractors must arrive punctually at the DEVGRU Visitors Center to meet their duty escort, receive a Command Visitors Badge, and maintain constant supervision during their work. Upon completion, returning to the Visitors Center to return the badge and reclaim personal ID is mandatory. These instructions ensure security and compliance in accessing sensitive military facilities, emphasizing the importance of adhering to established protocol for the safety and efficiency of operations.
    The document outlines a federal proposal request (RFP) primarily aimed at potential contractors seeking to engage in a specified government project. Essential details provided in the file include the prime contractor’s information, project specifics, timelines (start and end dates), and individual identifiers for key personnel such as Social Security numbers and names. Important distinctions include the citizenship status of the individual, which may be a criterion for compliance. The format indicates a standard documentation structure common in government contracts, focusing on clear identification and project parameters essential for project execution and oversight. The overall purpose of the document is to facilitate the contracting process by capturing necessary data aligned with federal and state objectives while ensuring adherence to regulatory requirements, particularly concerning contractor eligibility and project scope.
    The solicitation N40085-24-R-2828 issued by the Naval Facilities Engineering Systems Command Mid-Atlantic seeks proposals for the replacement of Computer Room Air Conditioning (CRAC) units in the server room of Building 250 at Dam Neck Annex, Virginia Beach, VA. The project involves removing two existing 26-ton air-cooled CRAC systems and replacing them with new upflow air discharge units designed for IT equipment heat dissipation. The estimated budget for the project is between $500,000 and $1,000,000, with a completion timeframe of 540 calendar days post-award. Proposals are restricted to specific 8(a) MACC contract holders, with submissions due by 30 September 2024. Additionally, site visits are essential for potential bidders, and inquiries regarding the proposal must be submitted by 17 September 2024. The evaluation criterion emphasizes pricing, with award considerations based on the lowest bid submitted. Overall, this solicitation underlines the government's commitment to enhancing facility operations within their infrastructure while ensuring compliance with federal acquisition regulations and standards.
    The Oceana 8A IDIQ outlines general requirements for construction contracts at the Naval Air Station Oceana, focusing on administrative, safety, scheduling, and financial aspects. Key components include a Summary of Work detailing the work scope, Work Restrictions emphasizing minimal disruption to existing operations, and stringent Price and Payment Procedures, which require government approval for financial documents. Administrative Requirements address the qualifications of project supervisors, mandatory meetings, and detailed construction schedules utilizing a Network Analysis Schedule (NAS). Safety is prioritized with specific safety guidelines and personal protection equipment regulations. This document serves to establish clear expectations and procedures for contractors involved in federal projects, ensuring compliance with safety standards, financial accountability, and efficient project execution. Its detailed structure emphasizes a methodical approach to project management while safeguarding the interests of both the government and contractors.
    The provision 52.204-24 establishes requirements for Offerors regarding the use of covered telecommunications and video surveillance equipment and services in federal contracts. It mandates Offerors to disclose if they will provide such items and to indicate whether they use them in their operations. The document references Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from contracting with entities that utilize covered telecommunications equipment as a substantial part of their systems. It outlines definitions relevant to the provision and specifies procedures for checking excluded parties via the System for Award Management (SAM). Offerors must represent their compliance through specific disclosures if they affirm provision of or use such equipment. The carefully structured guidance intends to ensure that federal procurement practices avoid risks associated with certain telecommunications technologies deemed harmful to national security. Overall, the provision aims to uphold integrity and security standards in federal contracting by monitoring the telecommunications resources utilized in government products and services.
    The document, which could not be displayed, is part of federal government RFPs and grants, aiming to facilitate funding opportunities for state and local entities. These Requests for Proposals (RFPs) are designed to solicit bids for specific projects or services that align with federal objectives. The main purpose is to streamline the grant application process, ensuring that local and state governments can access federal funding effectively. The RFPs typically outline the scope of work required, eligibility criteria for applicants, and evaluation metrics for proposal assessment. Funding areas may focus on various sectors, including infrastructure, public health, environmental protection, and community development. As the document is not available for detailed analysis, understanding its structure involves identifying key components such as project specifications, submission deadlines, and contact information for inquiries. Overall, it serves to enhance collaboration between federal and local governments, promoting transparency and efficiency in public funding initiatives. The summarized essence reflects the need for adherence to federal guidelines while enabling local authorities to pursue essential projects through available resources.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Portable 30 Ton AC Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Portable 30 Ton Air Conditioning Unit as part of a Combined Synopsis/Solicitation. The procurement requires that the unit meets specific technical specifications, including a minimum cooling capacity of 30 tons, electrical requirements of 480 VAC, and size limitations not exceeding 12 feet in width, 12 feet in length, and 6 feet in height. This equipment is crucial for maintaining operational efficiency at the facility, and the selected contractor must provide detailed technical proposals, including as-built drawings and operational manuals, along with a warranty period of at least one year against defects. Interested parties must ensure they are registered and active in the System for Award Management (SAM) and submit their signed proposals by September 23, 2024, at 10:00 AM Central Daylight Time. For further inquiries, contact Casey Pratt at casey.p.pratt.civ@army.mil or call 918-420-7407.
    Portable Air Conditioning Units
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of 6,759 portable air conditioning units to be delivered to Camp Pendleton, California. The units must have a cooling capacity between 5,000 and 8,000 BTU (SACC) and be capable of efficiently cooling an area of at least 250 square feet, with a maximum current draw of 10.4 A. This procurement is critical for maintaining operational efficiency in military facilities, and the contract is set aside for small businesses under the SBA guidelines. Interested vendors must submit their quotations by 4:00 PM PST on September 20, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Matheu Weaver at matheu.weaver@usmc.mil or Gavin Untalan at gavin.untalan@usmc.mil.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.
    FY24 PTAC REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for HVAC equipment under the solicitation number W50S7K-24-R-0006, with a focus on small businesses. The procurement includes various heating and cooling systems, specifically five units each of 18K and 24K BTU single-zone ductless mini-split heat pump systems, ten HVAC surge protectors, and forty 15K BTU package terminal air conditioners (PTAC), all aimed at enhancing climate control at the Combat Readiness Training Center in Gulfport, Mississippi. This initiative is critical for maintaining operational readiness and modernizing training facilities for airmen, with an estimated total cost of approximately $77,198 based on market research. Interested vendors must submit their quotes by 2:00 PM CDT on September 19, 2024, and can direct inquiries to SMSgt Michael S. Hornbeck or A1C Hunter Cline via the provided email addresses.
    Cooling Tower and Chiller Maintenance and Eddy Current Testing Services_MCRD Parris Island, South Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Cooling Tower and Chiller Maintenance and Eddy Current Testing Services at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. This procurement involves providing non-personal services essential for maintaining the operational efficiency of cooling systems, which are critical for supporting the East Coast Marine training mission. Interested contractors must adhere to the guidelines outlined in the Request for Proposal (RFP), which includes firm-fixed-price and indefinite quantity services, with proposals due by October 4, 2024. For further inquiries, potential offerors can contact Ms. Ashley Williams at ashley.h.williams8.civ@us.navy.mil or by phone at 843-228-3982.
    Installation of Cooling-Only Split System, Barnes Building, Boston, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is soliciting bids for the installation of a cooling-only split HVAC system at the Barnes Building located in Boston, MA. The project requires contractors to provide all necessary materials, equipment, and labor to install a 24,000 BTU wall-mounted indoor unit and a corresponding outdoor unit in a designated IT closet, with a total project magnitude estimated between $25,000 and $100,000. This procurement is particularly significant as it is set aside for small businesses, emphasizing the importance of compliance with federal safety and environmental standards throughout the installation process. Interested vendors must ensure they have an active registration in SAM.gov and submit their proposals by the extended deadline of September 20, 2024, with inquiries directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Active
    Dept Of Defense
    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.
    B18 Cooling Tower Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace the inoperable cooling tower fan motor for Building 18 at Joint Base Anacostia-Bolling in Washington, D.C. This project is critical for maintaining cooling capabilities across twenty-six facilities on the base and ensuring system redundancy. The contractor will be responsible for the removal and installation of the motor using a crane, as well as ensuring proper disposal of old equipment and compliance with industry standards. Interested parties must submit their quotes by 4:00 PM EST on September 25, 2024, following a scheduled site visit on September 19, 2024, and are encouraged to direct inquiries to Pa'Shonna Rich at pashonna.rich@us.af.mil or Christian Barnett at christian.barnett.1@us.af.mil.
    Preventative Maintenance, Repair and Alteration of Heating, Ventilation, and Air Conditioning (HVAC) Equipment, Central Chilled Water Plant and Refrigeration Systems components at the Naval Complex, Newport, Rhode Island and Other Areas of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for a Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the preventative maintenance, repair, and alteration of Heating, Ventilation, and Air Conditioning (HVAC) equipment, as well as Central Chilled Water Plant and refrigeration systems at the Naval Complex in Newport, Rhode Island. The contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to fulfill recurring and non-recurring service requirements, including emergency service orders and a comprehensive Preventative Maintenance Program. This procurement is critical for maintaining operational efficiency and safety at the facility, with a projected yearly contract value of at least $900,000 and a total potential duration of five years, including optional extensions. Interested contractors must register in the System for Award Management (SAM) to submit proposals and receive updates, with the solicitation expected to be posted on SAM.gov around September 26, 2024. For further inquiries, contact Melinda Robinson at melinda.l.robinson@navy.mil or 757-341-0690.
    APC Schneider InRow Chillers and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of three APC by Schneider InRow Chillers, along with installation, assembly, and startup services at Patrick Space Force Base in Florida. The contract involves the complete removal and replacement of the existing Local Area Network (LAN) Cooling System in a data center, ensuring a functional cooling system critical for data operations. Interested small businesses must submit their quotes by September 25, 2024, following a mandatory site visit on September 19, 2024, and are encouraged to contact Charles Cowart or Keona Franklin for further inquiries. The procurement is set aside for small businesses under NAICS code 238220, with a performance period of 10 working days post-equipment receipt.