Z--REFRESH VESTIBULES IN 3 STATES: AZ, MT, NV
ID: 1305M325Q0085Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to refurbish vestibules at three National Weather Service locations in Arizona, Montana, and Nevada. The project involves replacing flooring, painting, retrofitting lighting to LED, and updating wall heaters, with a completion timeline of 120 calendar days from the award date. This opportunity is significant for small businesses looking to engage in government contracts focused on facility upgrades while ensuring compliance with federal regulations, including the Davis-Bacon Act. Interested contractors must submit their quotes by March 10, 2025, and can contact Kerri Coffey at kerri.coffey@noaa.gov or 303-578-6861 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Solicitation 1305M325Q0085, related to the installation or maintenance of vestibule heaters at specified sites. It includes an attachment consisting of photos intended to illustrate the vestibule layouts relevant to this solicitation. Importantly, the images displayed do not depict the actual locations but are representative of the types of vestibules described in the accompanying Statement of Work. The attachment consists of three photographs each for both the front and side vestibules, emphasizing their design and configuration. This visual information is crucial for contractors or bidders to understand the expectations and necessary specifications for the heater installations in these areas, aligning with standard practices for federal requests for proposals (RFPs) that emphasize clarity and detail to ensure adequate responses from potential suppliers.
    The document appears to be a corrupted or unreadable file, lacking coherent content related to government RFPs, federal grants, or state/local RFPs. While there are numerous random sequences of characters and symbols throughout the text, no clear topic, key ideas, or structured elements of a standard RFP are identifiable. Given the context, a typical government RFP document would present objectives for funding, specify eligibility requirements, outline submission guidelines, and detail evaluation criteria. However, this document fails to convey any meaningful information aligned with those parameters. Due to the incomprehensible nature of the content, it is impossible to summarize key points or extract relevant information regarding federal or local grant opportunities. The document does not reflect the intent or standard practices associated with government procurements, significantly hindering further analysis or review. In summary, the file does not provide any usable data and appears to be a technical failure or error in data representation.
    The government document, part of federal and state RFPs, outlines the intricate requirements for funding and grant management in various projects, emphasizing compliance, safety, and sustainability in implementation. It discusses processes for soliciting proposals, evaluating submissions, and selecting qualified vendors while adhering to strict federal and local regulations. The document highlights critical areas such as financial accountability, reporting obligations, and the importance of project timelines in achieving funding objectives. Key stakeholders, including government agencies and contractors, must ensure all activities align with predefined goals. The emphasis on best practices aims to foster transparency and accountability in public spending while ensuring that funded projects meet community needs. Overall, this comprehensive guide serves as a resource for navigating the complexities of government grants and project proposals, ultimately driving efficiency and effectiveness in public sector initiatives.
    The document is likely a compilation of various government Request for Proposals (RFPs) and grant opportunities across federal, state, and local levels, though the content appears garbled and lacks coherent structure due to encoding issues. The main purpose of these documents typically involves the solicitation of bids or proposals from qualified contractors to fulfill specific government projects or funding initiatives. Key elements usually contain outlines of project requirements, eligibility criteria, application processes, and deadlines. Additionally, it may highlight areas such as infrastructure development, environmental assessments, or healthcare improvements, reflecting governmental priorities and needs. Emphasis is often placed on compliance with regulations, safety standards, and the overall enhancement of public services. This collection would be important for entities seeking government funding or opportunities, ensuring they are informed about potential projects and able to prepare competitive proposals. Each RFP or grant likely emphasizes the importance of transparency and adherence to predetermined criteria to foster fair competition and accountability. Overall, the document serves as a critical resource for promoting and supporting government-driven initiatives through community and industry engagement.
    The Past Performance Questionnaire is designed for contractors engaged in federal, state, or local contracts to document their performance history. Contractors must fill out initial sections detailing their firm information, contract specifics, and project descriptions, then forward the form to a designated client reference for evaluation. The client reference is asked to assess contractor performance using a rating system (Exceeds, Satisfactory, Unsatisfactory, Not Applicable) across several categories including quality, schedule, cost control, management, regulatory compliance, and overall customer satisfaction. Each rating is accompanied by an invitation for additional comments or explanations, allowing for a more nuanced assessment of contractor performance. This document serves as a critical tool for government agencies to verify contractor capabilities and past performance when considering future solicitations, thereby ensuring accountability and quality in government contracting. Compliance with detailed reporting standards in the questionnaire also facilitates better decision-making in the procurement process. Overall, the questionnaire aims to enhance transparency and reliability in federal and state contracting efforts.
    The document is an amendment to a solicitation, specifically amending the contract referenced as 1305M325Q0085, issued by a government agency in Boulder, Colorado. The amendment outlines procedures for contractors to acknowledge receipt of amendments and specifies that the offers must be submitted prior to a designated date and time. Failure to comply may result in rejection of the offer. Key details include a clarification regarding the scope of work for lighting upgrades, stipulating that contractors must replace entire light fixtures with LED fixtures, each providing between 3500 to 4000 Lumens, with the current system operating at 277 volts. Additionally, visual support in the form of pictures of the vestibules has been included as an attachment. The amendment preserves all existing terms and conditions, ensuring continuity in the contractual obligations while providing essential updates. In summary, the amendment serves to clarify specific requirements in the ongoing solicitation process, ensuring that contractors are aware of their responsibilities regarding the replacement of lighting fixtures and submission procedures.
    The document is an amendment to solicitation 1305M325Q0085, detailing modifications relevant to a federal contracting process. It specifies that the submission deadline for quotations remains unchanged, due by March 10, 2025, at 1:00 PM MDT. Key clauses were revised and removed, including FAR clauses related to labor standards and contract performance. The amendment outlines requirements for contractors regarding past performance submissions and biobased product reporting, with emphases on compliance with wage determinations and labor standards for construction and service contracts. It also stipulates changes in representation and certifications for small businesses and introduces specific clauses to ensure adherence to federal regulations, such as those prohibiting trafficking and ensuring veteran employment opportunities. The comprehensive updates demonstrate the government's efforts to enhance contract transparency and maintain compliance with evolving federal regulations.
    This Request for Quotation (RFQ) pertains to a construction project aimed at refurbishing vestibules at three National Weather Service locations in Arizona, Nevada, and Montana. The work includes replacing flooring, painting, retrofitting lighting to LED, and updating wall heaters. The contract is a Total Small Business Set-Aside under FAR Part 13, with a completion timeline of 120 calendar days from the award. Quotes are expected by March 10, 2025, and bonding is required unless the quote is under $35K. The contractor must provide a comprehensive technical approach detailing how they will fulfill the work requirements, including past performance references and experience. Evaluation will focus on technical capability, experience, past performance, price, and ability to meet the project timeline. Key requirements include compliance with the Davis-Bacon Act and safety protocols. Furthermore, contractors must register with FedConnect® for contract administration and are advised to conduct site visits before quoting. This RFQ represents an opportunity for eligible small businesses to engage in government contracts focused on facility upgrades and ensures compliance with various federal regulations and procurement standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--REMOVE WALL CARPET, REPAIR AND PAINT WALLS
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for a project involving the removal of wall carpeting, repair, and painting of walls at the National Weather Service office in Reno, NV. The procurement is a Total Small Business Set-Aside, emphasizing the need for contractors to submit firm fixed-price quotes by February 28, 2025, with a completion deadline of 90 calendar days post-award. This project is crucial for maintaining the office's operational integrity and aesthetic, ensuring compliance with federal standards in construction practices. Interested contractors should direct inquiries to Kerri Coffey at KERRI.COFFEY@NOAA.GOV or call 303-578-6861, and must acknowledge receipt of all amendments to the solicitation, with the latest submission deadline extended to March 5, 2025.
    J--FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to replace HVAC Chiller 2 and associated Variable Frequency Drives (VFDs) at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project involves the removal of a failed 60-ton Daikin chiller and its replacement with a new unit, along with updates to the VFD for an HVAC pump, all to be completed within 90 days of contract award. This procurement is critical for maintaining safe and efficient operations at the marine sanctuary, ensuring compliance with federal safety and performance standards. Interested contractors must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date around March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Z--Electrical installation Beeachgrove, TN NWAS
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for electrical installation services in Beechgrove, TN. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses to fulfill the requirements for electrical contracting and wiring installation, as outlined under NAICS code 238210. The services are critical for the repair or alteration of utility systems, ensuring operational efficiency and safety in NOAA facilities. Interested contractors should reach out to Kerri Coffey at KERRI.COFFEY@NOAA.GOV or call 303-578-6861 for further details regarding the solicitation process.
    HVAC QUARTERLY PM FOR FLOWER GARDEN BANKS NMS
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide quarterly preventative maintenance services for HVAC systems at the Flower Garden Banks National Marine Sanctuary in Galveston, TX. The procurement aims to ensure the effective operation of HVAC systems through comprehensive maintenance, which includes both quarterly and monthly tasks, with a focus on technical proficiency and past performance in evaluations. This contract is a total small business set-aside under NAICS code 238220, with a small business size standard of $19 million, and includes a base year from April 1, 2025, to March 31, 2026, along with two optional extension years. Interested contractors must submit their quotes by March 18, 2025, and are encouraged to participate in a site visit to better understand the scope of work; for further inquiries, they can contact Michelle Walton at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.
    HVAC QUARTERLY PM FOR FLORIDA KEYS MARINE SANCTUAR
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for HVAC quarterly preventative maintenance services for the Florida Keys National Marine Sanctuary in Key West, Florida. The procurement requires contractors to provide labor, equipment, and materials for the maintenance of a closed-loop chilled water system, with a performance period starting April 15, 2025, and extending through a base year and up to four option years. This service is crucial for ensuring the operational efficiency and reliability of HVAC systems within the sanctuary, which plays a vital role in environmental conservation efforts. Interested small businesses must submit their proposals by March 11, 2025, and can contact Michelle Walton at michelle.walton@noaa.gov or 757-605-7411 for further information.
    J--NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel S3008, located in Patuxent, MD. The procurement includes tasks such as lifting and storing the vessel, applying epoxy primer, and installing two impressed current cathodic protection systems, with a performance period of 90 days from the award date. This contract is crucial for maintaining the operational integrity of NOAA's maritime assets, ensuring compliance with safety and quality standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Two Replacement Copeland semi-hermetic refrigeration compressors for NMFS in Newport, Oregon
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses to supply and install two Copeland semi-hermetic refrigeration compressors for the National Marine Fisheries Service (NMFS) in Newport, Oregon. The procurement includes full delivery and installation services, with a completion deadline set for May 30, 2025, and emphasizes the need for compatibility with existing chiller units while adhering to safety and operational standards. This equipment is crucial for maintaining the operational efficiency of the Fisheries Behavioral Ecology Program, and only proposals from registered small businesses under NAICS code 238220 will be considered. Interested vendors must submit their written quotes by February 18, 2025, and can direct inquiries to Jason Jenks at jason.jenks@noaa.gov.
    The NOAA Ship Henry Bigelow requires a service con
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a certified contractor to perform a drive end shaft seal ring replacement and realignment for the No4 generator on the NOAA Ship Henry Bigelow. The contractor will be responsible for providing all necessary labor, materials, and services to ensure compliance with manufacturer specifications, with the work scheduled to take place at Naval Station Newport, Rhode Island, from February to May 2025. This maintenance task is critical for maintaining the operational integrity of the vessel, which plays a vital role in NOAA's mission. Interested small businesses must submit their quotes by March 10, 2025, and can contact James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or 757-317-0567 for further details.
    J--Marport Net Mensuration System Upgrade
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the upgrade of the Marport Net Mensuration System. This procurement aims to enhance the capabilities of the existing system, which is crucial for measuring and testing electrical signals in marine environments. The goods and services sought are vital for ensuring accurate data collection and analysis in NOAA's oceanographic research and monitoring efforts. Interested small businesses are encouraged to reach out to Crystina R. Jubie at CRYSTINA.R.JUBIE@NOAA.GOV or call 206-526-6036 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    NEXRAD Automated Surface Observing System (ASOS) Equipment
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repair, reconditioning, and maintenance of various components of the Next Generation Weather Radar (NEXRAD) and Automated Surface Observing System (ASOS) equipment. This procurement involves eight distinct Statements of Work (SOWs) aimed at restoring equipment to "Like New" condition, ensuring functionality and compliance with National Weather Service specifications over a five-year period from 2025 to 2030. The initiative is critical for maintaining the integrity and performance of essential weather monitoring systems, with all repairs to be conducted at the contractor's facility and units shipped to and from the National Reconditioning Center in Grandview, Missouri. Interested parties must submit their capabilities and relevant certifications to NOAA by March 21, 2025, with inquiries directed to Kevin J. Buum at kevin.j.buum@noaa.gov or by phone at 816-426-7461.