Construction BPA
ID: N0016426Q0010Type: 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 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 seeking qualified small business firms to establish a Blanket Purchase Agreement (BPA) for construction services related to projects valued at $350,000 or less. The BPA aims to create a pool of prequalified vendors who will compete for individual construction requirements, including maintenance, upgrades, and minor construction at the NSWC Crane Division and Lake Glendora Test Facility. Interested firms must submit their past performance related to Department of Defense projects, along with a signed solicitation document, by the closing date of December 5, 2025, at 4:00 PM Eastern Time. For further inquiries, contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Blanket Purchase Agreement (BPA) outlines the terms for contractors to provide maintenance, sustainment, upgrades, remodeling, repair, and minor construction projects at the Naval Surface Warfare Center Crane Division and/or Lake Glendora Test Facility. Operating under FAR Part 13.303, this BPA is not a contract itself, but rather a framework for issuing individual calls (orders). The government is obligated only for authorized calls, which are limited to the Simplified Acquisition threshold and will be issued on a firm fixed-price basis. Pricing must be as low as, or lower than, those offered to the contractor's most preferred customers. Authorized individuals at NSWC Crane will place calls electronically, specifying details such as pricing, performance period, and invoice data. Contractors must adhere to performance schedules and promptly notify the Contracting Officer of any delays. Modifications to the BPA require written agreement. Quotes for individual orders will be evaluated based on technical acceptability, price, performance schedule, and past performance. BPAs will be reviewed annually, with vendors added or removed based on market research, performance, and competitive pricing to ensure adequate competition and quality service. The government reserves the right to award based on a best value evaluation, even to higher-priced offerors with better past performance.
    This Request for Quotation (RFQ) by NSWC Crane seeks to establish a Blanket Purchase Agreement (BPA) Program for small business firms interested in construction requirements of $350,000.00 or less. It is not an order and does not commit the Government to pay for quotation preparation. Interested firms must review the general statement of work and BPA instructions, submit a line card, provide past performance (within three years) related to Department of War/Defense projects, and return a signed solicitation document. The solicitation aims to create a pool of prequalified vendors, and no pricing information should be submitted at this stage. The pricing arrangement for future projects will be Firm Fixed Price. The document also includes extensive clauses on invoicing, payment instructions, contract administration, and various federal regulations such as the Buy American Act and those concerning hazardous materials and environmental protection.
    The document addresses frequently asked questions regarding a Blanket Purchase Agreement (BPA) solicitation for construction services. Key aspects clarified include submission requirements, evaluation criteria, and the operational model of the BPA. Offerors must provide three recent and relevant past performance projects but are not required to submit company policies, resumes, capability statements, equipment inventories, subcontractor details, labor category rate sheets, or equipment pricing schedules at this stage. Pricing is not needed for the BPA award, as individual requirements will be competed among BPA holders. There is no preferred format or page limit for responses beyond what is stated in the solicitation document. The first purchase order is anticipated in Q2 FY26. The BPA establishes a group of pre-approved small construction providers who will compete for specific projects. No base-specific safety certifications, clearances, training records, or documentation for DBIDS and installation access are required at the submission stage, nor are insurance certificates or bonding capability statements; these are needed upon award of a BPA Call.
    This Request for Quotation (RFQ) by NSWC Crane seeks to establish a Blanket Purchase Agreement (BPA) Program for small business firms to fulfill construction requirements of $350,000.00 or less. The solicitation, N0016426Q0010, issued on November 14, 2025, requires interested small businesses to submit general firm information, past performance for work completed within three years for the Department of War/Defense, and a signed solicitation document. No pricing is to be submitted. The program aims to create a prequalified vendor pool for a period of performance from December 22, 2025, to December 22, 2030. The RFQ includes various FAR and DFARS clauses, notably concerning electronic invoicing via Wide Area WorkFlow (WAWF), Buy American Act requirements for construction materials, and detailed instructions for payment submissions and contract administration. It emphasizes compliance with federal regulations, including those related to hazardous materials, ozone-depleting substances, and small business rerepresentation.
    This document outlines the Statement of Work for a Simplified Acquisition Procedures (SAP) Construction Blanket Purchase Agreement Program (BPA) for minor construction projects at Naval Surface Warfare Center Crane Division and Lake Glendora Test Facility. The Contractor will provide all necessary resources for maintenance, sustainment, upgrades, remodeling, repair, and minor construction, including specialized services like field surveying, geotechnical sampling, hazardous material testing, and engineering analysis. The work requires adherence to all applicable Navy, federal, state, and local regulations. Key requirements include project scheduling, site visits, obtaining permits, providing daily status reports, and submitting a bill of materials. Strict protocols for installation access, safety and health, waste management, and environmental compliance are detailed. The document also specifies procedures for BPA calls, emphasizing competitive awards, site visits, and performance evaluations.
    Lifecycle
    Title
    Type
    Construction BPA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Commercial and Institutional Building Construction
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial and institutional building construction services. This procurement aims to establish BPAs to facilitate the expeditious acquisition of various construction requirements in support of Naval operations, particularly in areas such as Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which will be awarded based on qualifications without a formal Request for Proposal. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
    Structural Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide structural hardware, specifically various male washers, heavy hex nuts, and heavy hex bolts, under Solicitation Number N00164-26-Q-0018. The procurement includes a total of eight line items with specified quantities, and the goods are intended for use in defense applications, emphasizing the importance of reliable hardware in military operations. Interested contractors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their quotes via email by December 5, 2025, at 4:00 PM Eastern Time. For further inquiries, potential offerors can contact Trista Ray at trista.m.ray.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.
    Repair/Replace Overhead Cranes on Fort Drum
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.
    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.
    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.
    ISO 9001 AND ISO 45001 Surveillance and Certification Services
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC Crane), is seeking contractors to provide ISO 9001 and ISO 45001 surveillance and certification services. The procurement includes a base period for initial certification audits and multiple option years for surveillance audits, extending from January 1, 2026, to December 31, 2030. These certifications are crucial for maintaining quality management and occupational health and safety standards within the organization. Interested vendors must submit their offers by November 4, 2025, with the closing date extended to December 5, 2025, at 3:00 PM Eastern Time. For inquiries, contact Kelsey Strunk at kelsey.r.strunk.civ@us.navy.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.
    FY23-28 General Construction Services BPA - W911S223S8000
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for lumber, plywood, millwork, and wood panel products. This procurement aims to secure standard commercial supplies and services at competitive prices, specifically under the PSC/FSC Codes 5510, 5520, and 5530, which pertain to lumber and related wood materials. The selected vendors will be evaluated based on their past performance, including customer satisfaction and quality of deliverables, with BPAs awarded on a six-month rotation through June 2029. Interested small businesses must submit their documentation and past performance references to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil by April 30 for June awards or by October 31 for December awards.