FLOOR LEVELING PROJECT
ID: N0016424Q0315Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 quotes for a concrete floor leveling project at Building 2059, Naval Support Activity Crane, Indiana. The project involves leveling a 3,000-square-foot area where the floor has settled approximately 4 inches, with a strong emphasis on achieving precise flatness to ensure mission readiness. This procurement is a total small business set-aside, with an estimated project cost between $25,000 and $100,000, and requires compliance with various safety, environmental, and quality control regulations. Interested contractors must submit their quotes by September 16, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Kacey Jones at Kacey.l.jones5.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for jacking up the concrete floor in Building 2059 at the Naval Support Activity (NSA) Crane, Indiana. The project aims to level a 3,000-square-foot area where the west side has settled approximately 4 inches, emphasizing that flatness is paramount for mission readiness. The contractor must provide labor, materials, equipment, and adhere to numerous safety, environmental, and quality control regulations. Key prerequisites include submitting various plans (e.g., Accident Prevention Plan, Waste Management Plan) and daily progress reports. Access control is regulated through the Defense Biometric Identification System (DBIDS) to ensure security adherence. Safety and health measures are central to the project, requiring OSHA compliance and personal protective equipment for all workers. The contractor is also responsible for properly managing hazardous materials and waste. Specifications detail the expected performance outcomes, including precise leveling criteria and the responsibility to repair any damage caused during the jacking process. The completion date for the contract is set for October 30, 2024. This SOW reflects the federal government's commitment to maintaining infrastructure while adhering to stringent regulatory and safety standards in all phases of operations.
    The document is a Request for Quotations (RFQ) from the Naval Surface Warfare Center Crane Division, issued on September 9, 2024, seeking quotes for a construction project focused on jacking up the concrete floor at Building 2059, Naval Support Activity Crane, Indiana. The total project cost is estimated between $25,000 and $100,000, designated as a 100% small business set-aside for a single anticipated award. The quotation request includes a clear scope of work, safety and health reports, and quality control plans that must be adhered to as specified in the Statement of Work (SOW). Additionally, the procurement is governed by various federal clauses pertaining to wage rate requirements for construction and contractor responsibilities, emphasizing compliance and quality standards. The document outlines necessary representations for small businesses, contractor expectations for reporting and billing through Wide Area Workflow (WAWF), and includes terms for contract termination and warranty obligations. The RFQ is structured to ensure that submissions meet government standards while promoting small business participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    FLOOR LEVELING PROJECT
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Concrete Pad at Fresno 1106th AVCRAD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of a concrete pad at the Fresno AVCRAD facility located at 5168 East Dakota Avenue, California. The project involves the installation of approximately 5,460 square feet of 3000 psi Portland Cement Concrete over a 5-inch aggregate base, with a performance period of 270 calendar days from the notice to proceed. This initiative is crucial for enhancing military infrastructure and operational efficiency, reflecting the government's commitment to supporting small businesses through a Total Small Business Set-Aside. Interested contractors must submit their quotes via email by the specified deadline, with an estimated project cost ranging between $100,000 and $250,000. For further inquiries, contact Jackson Woods at jackson.c.woods.civ@army.mil or Paul Ochs at paul.n.ochs.mil@army.mil.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    BOM Concrete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide 1,400 cubic yards of concrete for the construction of a K-Span structure at NASA's Kennedy Space Center in Florida. The concrete must conform to ASTM standards C150 and C33, with specific requirements including a maximum aggregate size of 3/4 inches and no additives. This procurement is crucial for supporting infrastructure projects and ensuring compliance with federal regulations, with a submission deadline for quotes set for September 30, 2024, at 8:00 A.M. EST. Interested vendors can reach out to Cynthia Whittaker or Cierra Hallmon via email for further inquiries.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    5 Ton Crane Design USS EMORY S LAND
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking engineering services for the upgrade of the AS 39 Class 5 Ton Cargo and Sail Service Cranes aboard the USS Emory S. Land (AS-39). The procurement aims to engage the Original Equipment Manufacturer (OEM) to provide essential engineering services, including equipment, component, material, and configuration upgrades, to ensure the operational safety and national security of these critical assets, which are over 40 years old. The contract is set for a firm-fixed price from September 30, 2024, to August 31, 2025, with quotes due by September 23, 2024. Interested contractors can contact Tiffany Johnson at tiffany.l.johnson102.civ@us.navy.mil or Maria A. Morris at maria.a.morris8.civ@us.navy.mil for further details.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design-build of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project entails the construction of a two-story, 60,000 square foot facility, along with the demolition of two existing buildings, and includes essential planning for utilities, landscaping, and secure space requirements for Navy operations. The estimated project cost ranges from $25 million to $100 million, with a completion timeline of 1,048 calendar days from the award date. Interested contractors must submit their proposals electronically by October 29, 2024, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil for further inquiries.
    TR-343 & TR-343A (Connectorized) Transducer Tube Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the fabrication and refurbishment of TR-343 and TR-343A Transducer Tube Assemblies. This procurement aims to meet the requirements for both new production and refurbishment of these assemblies, which are critical components supporting the AN/SQQ-89(V) Anti-Submarine Warfare system. The solicitation emphasizes adherence to stringent engineering standards, quality control measures, and comprehensive testing protocols, including First Article Testing (FAT), to ensure reliability and performance in naval operations. Interested contractors should note that the submission deadline has been extended to October 1, 2024, at 4:00 PM, and may contact Kori Johnston at kori.a.johnston.civ@us.navy.mil or 812-381-7142 for further information.
    Concrete Removal and Disposal Services at Fort Meade, MD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide concrete removal and disposal services at Fort Meade, Maryland, associated with the de-installation of an AN/FSC-78 Satellite Antenna. The contractor will be responsible for transporting up to 40,000 pounds of steel-reinforced concrete slabs, managing the loading, transportation, and disposal processes, while ensuring compliance with safety and environmental regulations. This contract is crucial for maintaining infrastructure at the Army base and is set for a duration of one to five days, scheduled between October 1 and October 31, 2024, with a bid submission deadline of September 26, 2024. Interested parties should submit their quotes via email to Megan Jones at megan.jones5.civ@army.mil, adhering to the requirements for small business set-asides, including participation from service-disabled veteran-owned and women-owned small businesses.
    Craney Island Earthwork IDIQ FY24
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Craney Island Earthwork IDIQ project in Portsmouth, VA. The project involves site maintenance and improvements at CIDMMA, a confined upland dredge material placement site. The work includes excavation, reclamation, transport of materials, and construction of site improvement infrastructure projects. The contract will be a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with multiple task orders expected. The estimated value of the contract is $75,000,000. The procurement is set aside for small businesses. The solicitation is anticipated to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in February 2024 for a 30-day period. Interested firms should monitor the website for updates.
    W912QR24Q0137 - Cave Run Lake Asphalt Dam Service Access Road
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the re-surfacing of the asphalt dam service access road at Cave Run Lake in Morehead, Kentucky. The project involves leveling and wedging the existing pavement and applying a 2-inch overlay of new surface asphalt, adhering to the Kentucky Department of Highways Standard Specification for Road and Bridge Construction. This construction opportunity, estimated to cost between $25,000 and $100,000, is set aside exclusively for small businesses under NAICS Code 237310, which has a size standard of $45 million. Interested contractors must submit their quotes by September 23, 2024, at 10:00 AM Eastern Time and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or Richard Van De Linde at richard.vandelinde@usace.army.mil.