2025 CAPITAL MAINTENANCE OF NAVY-OWNED FACILITIES AT NIROP PITTSFIELD
ID: N0003025R1024Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC SYSTEMS PROGRAMSWASHINGTON NAVY YARD, DC, 20374-5127, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

REPAIR OR ALTERATION OF MISSILE SYSTEM FACILITIES (Z2BF)
Timeline
    Description

    The Department of Defense, through the Strategic Systems Programs (SSP), is seeking potential vendors for capital maintenance of Navy-owned facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) in Pittsfield, MA. This initiative aims to support the Trident II Strategic Weapons System Fire Control System program, focusing on significant upgrades to electrical systems, HVAC infrastructure, and security enhancements, including the replacement of aging equipment and the establishment of a new Engineering Test System lab. The government encourages participation from small businesses and requires interested firms to submit detailed capability statements demonstrating relevant experience, particularly for projects valued at $20 million or more completed within the last four years, by the deadline of October 8, 2024. For further inquiries, interested parties may contact Bina Russell at bina.russell@ssp.navy.mil or call 202-451-3193.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a series of projects at the NIROP (Naval Industrial Reserve Ordnance Plant) in Pittsfield, focusing on significant upgrades to electrical systems, HVAC infrastructure, and security enhancements. The initiatives include the replacement of aging electrical switchgear, HVAC air handling units, and ducting systems, with new installations to integrate into the existing building management systems. Emergent repair provisions are established to handle urgent maintenance needs across all buildings, permitting contractors to take immediate action in emergencies with appropriate notification protocols. The projects also involve security upgrades, including facility designs and construction to meet modern security requirements, alongside the establishment of a new Engineering Test System lab. Optional projects include the replacement of load centers and boiler systems, critical for maintaining HVAC operations in controlled environments. The objective of these initiatives is to ensure operational continuity, compliance with safety standards, and enhancement of the infrastructure, aligning with government RFP norms for federal investments in facility improvements.
    The Strategic Systems Programs (SSP) has issued a Sources Sought Notice (SSN) for potential vendors to express interest in executing capital maintenance for Navy-owned facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) in Pittsfield, MA. This project focuses on supporting the Trident II Strategic Weapons System Fire Control System program. The SSN seeks to gather market research on capable businesses that have the necessary security clearance and demonstrated expertise in similar facility maintenance. No proposals will be accepted at this stage, as it strictly serves to gauge industry interest. Interested firms must submit detailed capability statements proving they possess the requisite qualifications and past performance data. The statements should illustrate recent and relevant experience, particularly for projects valuing at least $20 million and executed within the past four years. The submissions must comply with specific formatting and content guidelines, with a deadline for submission of 8 October 2024. The government emphasizes the possibility of setting aside this contract for small businesses, encouraging participation from various small business classifications. This SSN is conducted solely for market research and does not constitute a contract solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY25-FY28 Production and Deployed System Support (P&DSS), W93/Mk7, Reentry Systems Technology Development and TRIDENT II D5LE2 Support
    Active
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs office, intends to award an Engineering Services contract to Lockheed Martin Space for the Production and Deployed System Support (P&DSS) related to the W93/Mk7 Reentry Systems Technology Development and TRIDENT II D5LE2 Support for fiscal years 2025 to 2028. This contract encompasses a range of services including production support, engineering and operational assistance, technical support, and special studies, specifically focusing on the design, development, and production of the W93/Mk7 Aeroshell, as well as support for flight and ground test execution. The work is critical for ensuring the reliability and longevity of the Strategic Weapon System, with performance extending through September 30, 2031. Interested parties may express their interest and capabilities to the primary contact, Alexander Miller, at Alexander.Miller@ssp.navy.mil or by phone at 703-258-2192, although this notice is not a request for competitive proposals and the government is under no obligation to award a contract.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Rhode Island. The procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on the management and maintenance of facilities, installed equipment, and systems within the complex. This contract, structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity, includes a base year and four optional years, emphasizing compliance with federal regulations and quality control measures. Proposals are due by October 8, 2024, and interested parties should direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.
    4730 BPA FY24 Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Weapon Systems Support (NAVSUP WSS), is seeking small business concerns to participate in a Request for Information (RFI) for a Blanket Purchase Agreement (BPA) related to nuclear reactor components classified under Federal Supply Code 4730. This RFI aims to identify potential suppliers capable of fulfilling future procurement needs for parts essential to the Navy's nuclear propulsion systems, which utilize a pressurized-water reactor design for effective heat and energy management. Interested parties are encouraged to submit white papers detailing their experience and capabilities, with responses due by September 30, 2024. For further inquiries, interested businesses can contact Haylea Winand at haylea.e.winand.civ@us.navy.mil.
    Navy Nuclear Power Training Command (NNPTC) Facility Preventative Maintenance, Inspection, & Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking qualified contractors to provide preventative maintenance, inspection, and repair services for the Navy Nuclear Power Training Command (NNPTC) Facility located at Joint Base Charleston-Weapon Station in Goose Creek, South Carolina. The contract encompasses maintenance for approximately 25 facility types, including student living quarters and training facilities, with a performance period starting from April 1, 2025, and extending through March 31, 2030, including four option years. This procurement is critical for ensuring the safety and reliability of government facilities, adhering to industry best practices and regulatory compliance. Interested contractors must submit their quotes electronically by November 1, 2024, and are encouraged to attend a site visit scheduled for October 10, 2024; registration is required by October 7, 2023. For further inquiries, potential bidders can contact SSgt Megan Rowlett at megan.rowlett@us.af.mil or by phone at 843-963-3707.
    2023 Fastener BPA Review
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Weapons System Support (NAVSUP WSS) Nuclear Directorate, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for competitively procured fasteners used in the Navy's nuclear propulsion plants. This opportunity focuses on fastener products classified under Federal Supply Class Codes 5305, 5306, 5307, and 5310, with an emphasis on compliance with military specifications and quality assurance standards. The procurement is critical for ensuring the reliability and performance of components within the Navy’s nuclear reactors, highlighting the importance of stringent quality control and adherence to military standards. Interested parties should contact James Benes at james.j.benes3.civ@us.navy.mil or call 717-605-4964 for further details, noting that this Request for Information (RFI) is a market research tool and does not constitute a commitment to contract at this time.
    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 pipe removal, flooring repairs, and painting. This project is set aside exclusively for small businesses and is expected to be awarded as a firm fixed-price contract, with an estimated value between $100,000 and $250,000. The renovation is crucial for maintaining operational efficiency and safety within the facility, adhering to federal regulations, including safety and environmental compliance. Interested contractors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or James Wasson at james.k.wasson.civ@us.navy.mil.
    SHIPPINGPORT (ARDM 4) - Government Owned Contractor Operated (GOCO) Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking information regarding the operation, maintenance, and protection of the Government-Owned, Contractor-Operated floating dry-dock SHIPPINGPORT (ARDM-4) located at the Naval Submarine Base in New London, Connecticut. This sources sought notice aims to verify the intent of General Dynamics Electric Boat (GDEB) and Huntington Ingalls Industries Newport News (HII-NNS) to compete for this requirement, as they are the only nuclear qualified shipyards capable of performing the necessary work. The anticipated contract, if issued, is expected to support operations during fiscal year 2026 and include four additional one-year option periods, with a planned release date for the solicitation in the summer of FY25. Interested parties must submit their responses, both positive and negative, to Ms. Angel Jaeger at angel.jaeger.civ@us.navy.mil by 1700 ET on October 9, 2024.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide mechanical refurbishment and replacement services for the AN/SLQ-32(V)6 antenna shelter structures. The procurement involves disassembly, abrasive blasting, coating, reassembly, and production of aluminum shelter structures, with a tiered approach for varying levels of refurbishment. This contract is crucial for maintaining the operational readiness of naval equipment, and the government anticipates awarding a single five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum of one and a maximum of 125 shelter sets over its duration. Interested parties should note that the solicitation will be issued on November 18, 2024, with a closing date of December 17, 2024, at 4:00 PM EDT, and can direct inquiries to Clayton Raber at clayton.l.raber.civ@us.navy.mil or by phone at 812-381-3553.
    Manufacture Spud Rails and Securing Brackets, Replace Spud Rail Securing Brackets for ARDM 4
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for a firm fixed price contract to manufacture spud rails and securing brackets, as well as to replace existing spud rail securing brackets for the Shippingport (ARDM 4), a floating dry dock located in Groton, Connecticut. The procurement requires the contractor to produce three spud mooring rails and three securing brackets, adhering to strict naval engineering standards, and to manage the logistics of fabrication, installation, and non-destructive testing (NDT) of these components. This project is critical for enhancing the mooring capabilities of the Shippingport, ensuring operational readiness and safety for naval operations. Proposals are due by 12:00 P.M. EST on October 15, 2024, and interested vendors should contact Andrea Cook at andrea.a.cook.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil for further details.
    N3904024R0005- SSTG #1 and #2 Maintenace and Repair- Portsmouth Naval Shipyard
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair and maintenance services for the 1 and 2 Ship Service Turbine Generators (SSTGs) Shipboard at Portsmouth Naval Shipyard GF. Northrop Grumman Marine Systems (NGMS) is the Original Equipment Manufacturer (OEM) and the sole responsible source for this requirement. The solicitation will be available on or around 1/09/2024. Justification and Approval for sole source will be posted.