Building 77H Tank Farm Drainage Repairs
ID: N6449825Q4020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for drainage repairs at Building 77H Tank Farm in Philadelphia, Pennsylvania. This project, categorized under the NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors, is a total small business set-aside, with an estimated construction cost ranging from $100,000 to $250,000. The selected contractor will be responsible for implementing drainage solutions, including the installation of a new sump pump and associated piping, which are critical for maintaining operational integrity at the facility. Interested contractors must submit their proposals by March 20, 2025, following a mandatory site visit on March 12, 2025, and can direct inquiries to Kristen Cella at kristen.m.cella.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This solicitation is a 100% small business set-aside for construction projects under the NAICS code 238220. The estimated construction cost ranges from $100,000 to $250,000, focusing on drainage repairs at the Bldg. 77H Tank Farm. Contractors must begin work within 10 calendar days of award and complete it within 100 days. A mandatory site visit is scheduled for March 12, 2025, and offers are due by March 20, 2025. Submission must include various required details and demonstrate adherence to stringent compliance standards, including performance and payment bonds, a bid guarantee, and specific certification requirements. The evaluation will focus on bonding capability, past performance, corporate experience in relevant projects, and pricing. The process emphasizes the importance of submitting technically acceptable proposals at the lowest price. Overall, the solicitation underscores governmental intent to foster small business participation while ensuring high standards in procurement practices and construction quality.
    The document provides an overview of specific valve components utilized in various plumbing and mechanical systems, emphasizing the flow control through a 1/4-inch check valve and gate valve. It outlines the structural design and functional purpose of these valves within the context of fluid dynamics. The check valve serves to prevent backflow, while the gate valve is designed for on/off control without significant pressure loss. The clarity in component labeling is essential for facilitating installation and maintenance of infrastructure projects potentially referenced in government RFPs and grants. The focus on precise engineering specifications aligns with the overarching goals of compliance and operational efficiency in both federal and local government initiatives.
    This document outlines the photographic documentation related to the repair of the drainage system at Building 77H's Tank Farm. It consists of five sheets featuring key locations pertinent to the installation of a new sump pump and associated piping. The first two sheets provide images indicating the new sump pump position and routing of the wastewater lines, including highlighting existing infrastructure to be sealed. Subsequent sheets detail locations for the truck-loading trough and provide images of the existing Motor Control Center (MCC) setup alongside the planned relocation for electrical disconnects. Finally, the images facilitate visual understanding of the project scope, assisting contractors in aligning their work with site-specific requirements. The file serves as a critical reference for contractors responding to the government RFP, ensuring clarity and adherence to technical specifications.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is preparing to solicit proposals for a project involving drainage at Bldg 77H Tank Farm. A Past Performance Questionnaire is requested from end users to evaluate the performance of contractors offering services related to this effort. Respondents must provide essential contract information, including contractor roles, project details, performance periods, and financials. The questionnaire assesses various performance aspects such as cost control, schedule adherence, quality of service, safety, and overall business relations, using a rating scale from 0 (Not Applicable) to 5 (Exceptional). This initiative emphasizes contractor accountability, aiming to identify those with significant experience in oil refinery and related work. Completed questionnaires must be submitted via email to designated government officials by the proposal closing date. This structured assessment plays a critical role in the source selection process for the upcoming solicitation, ensuring that competent contractors are identified based on their past performance metrics.
    The document serves as a transmittal form used by contractors for the submission of shop drawings, equipment data, materials samples, and manufacturer’s compliance certificates in accordance with U.S. Army Corps of Engineers guidelines. It consists of two main sections: the first requires contractors to list items for approval, indicating project details, transmittal number, item descriptions, and the specific section of the contract being addressed. The second section focuses on the approval process, where contractors certify the submitted items' conformance with contract specifications. Key instructions outline the proper procedure for submitting these documents, emphasizing that each transmittal must originate from a single specification section and must be consecutively numbered. The contractor must also indicate any variations to the contract requirements and categorize items for review with specified codes. Approval actions are outlined, detailing potential responses from the approving authority, ranging from full approval to disapproval. Overall, the document is integral for ensuring compliance and documentation standards in contract work, aiming to streamline communication and maintain quality control in government-funded projects while safeguarding adherence to contractual obligations.
    The document appears to be a technical loading prompt for displaying a PDF, which is not accessible at this time. Consequently, no specific content regarding federal RFPs, grants, or state and local RFPs can be summarized or analyzed. Normally, such documents would likely contain vital information on funding opportunities, guidelines for application processes, eligibility criteria, and timelines. Understanding the main topic and key elements would typically involve recognizing the purpose of securing government funding or resources for projects across various sectors. However, without the content, it is not feasible to provide an accurate summary or analysis of the intended material. Further assistance would require access to the actual document to extract and assess the relevant information.
    The NAVFAC 7300/31 form pertains to the performance statement and schedule of values for the BLDG 77H Fuel Tank Drainage Repairs project located at the Philadelphia Navy Yard. This document is intended for contractors to complete, detailing essential project financials, including quantities, unit costs, overall costs, and project progress percentages. Each line item is set for a particular service or material related to the contract’s scope of work, marked with placeholders all set to zero, indicating no financial activity reported thus far. The form also includes sections for previous periods, estimated costs, and balance to finish, which are currently unfilled. The document concludes with a space for authorized signatures and the agency's contact information, reflecting compliance with federal acquisition regulations, particularly FAR 32.905. Overall, this document serves as a template for contractors to report on the financial progress of a specific federal construction project.
    The document outlines the Activity Hazard Analysis (AHA) protocol required for contractors performing work on government projects, specifically under contract EM385-1-1. It emphasizes the need for a thorough risk assessment of job tasks, using a Risk Assessment Code (RAC) matrix to evaluate the probability of hazards against their severity. Contractors must prepare an AHA that identifies the job steps, anticipated hazards, controls, and necessary inspections while obtaining signatures from relevant personnel before work begins. Moreover, the government retains the right to demand revisions if the AHA fails to adequately identify hazards and controls. Regular reviews of the AHA are mandated, at least monthly, to ensure it remains relevant to changing site conditions and procedures. This comprehensive approach highlights the importance of safety management in federal and state projects, ensuring adherence to safety practices and regulatory compliance.
    The Contractor Lift Plan (Suspended Loads) Entry Package outlines requirements for contractors involved in lifting operations within government projects, specifically adhering to safety and compliance standards. Key components include verification of lift plans, equipment inspection statuses, and operator qualifications. Contractors must submit details regarding the type, weight, and configuration of equipment, including cranes and rigging gear, alongside compliance with related OSHA and ASME standards. The document is structured as a checklist, ensuring that every lift operation is meticulously assessed for factors such as equipment capacity, load radii, environmental conditions, and necessary safety measures. It emphasizes the importance of rigorous training for operators and riggers, the establishment of communication protocols during lifts, and the documentation of all operational details. Ultimately, this lift plan serves to mitigate risks associated with suspended load operations, guaranteeing that all procedures conform to federal regulations and contractual obligations. By mandating comprehensive oversight, the plan aims to enhance workplace safety and operational efficiency for projects involving heavy lifting.
    The "Mobile Construction Equipment Checklist" is a component of a Standard Statement of Work (SOW) that serves to ensure compliance and readiness regarding mobile construction equipment in governmental projects. This checklist outlines critical equipment categories, specifications, and maintenance requirements necessary for effective and safe operations. Its primary purpose is to facilitate the assessment of equipment suitability and operational capabilities in alignment with federal, state, and local regulations as part of the Request for Proposals (RFPs) and grant processes. By detailing necessary equipment parameters, the document aids project managers and contractors in evaluating resources prior to project commencement, thus promoting efficiency, safety, and regulatory adherence throughout various construction initiatives. Overall, the checklist serves as a vital tool in the procurement and management of mobile construction resources within government-funded projects.
    The Contractor Production Report provides a structured overview of the ongoing construction activities related to the Tank Farm Drainage Repairs at Building 77H. The report captures essential details such as weather conditions on the reporting date, work performed, safety inspections, and cumulative work hours. It ensures compliance with safety protocols, requiring that job safety meetings are held and potential hazardous materials or equipment usage is documented. Key metrics include the number of total work hours, any lost time accidents, and the receipt of materials for incorporation into the project. The report also mandates that if there are any incidents involving hazardous waste or safety violations, additional documentation must be attached. Overall, the report serves as a vital tool for monitoring project progress, ensuring safety standards are upheld, and facilitating adequate management of construction resources, reflecting the requirements outlined in government RFPs and grants.
    The document provides comprehensive guidelines for contractors engaged with the Naval Surface Warfare Center Philadelphia Division (NSWCPD). It outlines procedures for requests related to portable electronic devices, identification badges, lock-out and tag-out protocols, roll-up door access, and vehicle inspections. Each section details the necessary steps and documentation required to ensure compliance with security and safety regulations. Key procedures include: submitting authorization requests for portable electronic devices ten business days in advance; completing SECNAV Form 5512/1 for contractor identification badges, which must adhere strictly to submission guidelines; coordinating lock-out and tag-out actions to ensure safety during maintenance work; arranging access requests for roll-up doors three business days prior to entry; and scheduling vehicle inspections five business days ahead of arrival. This structured approach ensures that contractors fulfill safety, security, and procedural requirements necessary for operating on government property. The guidelines emphasize attention to detail, timely communication, and adherence to both federal and local regulations, thereby facilitating a seamless interaction between contractors and the NSWCPD. Compliance with these protocols is crucial for maintaining operational integrity and safeguarding sensitive information and environments.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the repair of Pump Motor 1C located in Building 77H, with a contract value estimated between $250,000 and $500,000. This project is set aside exclusively for small businesses and requires adherence to stringent safety and operational standards, as outlined in various supporting documents, including a Mobile Construction Equipment Checklist and Activity Hazard Analysis protocols. The successful contractor will be responsible for ensuring compliance with federal regulations while executing the repair work, which is critical for maintaining operational efficiency in government facilities. Proposals must be submitted by March 21, 2025, following a mandatory site visit in early March, and interested parties can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil for further details.
    DESIGN-BUILD NSWCPD PACKAGE 2 B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a design-build contract focused on various repair and upgrade projects at the Philadelphia Naval Yard Annex. The scope of work includes emergency exit pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is critical for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 24, 2025, with a site visit scheduled for February 20, 2025, and interested contractors can contact Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    NSWCPD -Bldg. 29 - Design Build Fire Alarm Repairs (Mass Notification System)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and construction of a Fire Alarm and Mass Notification System (FA&MNS) repair at Building 29 in Philadelphia, Pennsylvania. This project is set aside for small businesses and has an estimated contract value between $500,000 and $1,000,000, with proposals due by April 3, 2025. The procurement emphasizes the importance of safety and compliance in government facilities, requiring contractors to demonstrate relevant experience, provide bonding, and adhere to stringent submission guidelines, including a valid NIST SP 800-171 assessment for cybersecurity. Interested contractors can reach out to primary contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or secondary contact David Rhoads at david.a.rhoads8.civ@us.navy.mil for further information.
    B1846 Drain Lines Replacement
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast, is seeking contractors for the B1846 Drain Lines Replacement project. This procurement involves the replacement of drain lines, which is critical for maintaining the functionality and safety of the facilities under the Navy's jurisdiction. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized as an 8(a) set-aside, encouraging participation from small disadvantaged businesses. Interested contractors can reach out to Kyle Rogers at kyle.p.rogers2.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil for further details, with the expectation of a competitive bidding process.
    OPB-10NP Oil Water Seperator Kit Refurbishment
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is seeking contractors for the refurbishment of the OPB-10NP Oil Water Separator Kit. This procurement aims to restore and maintain critical environmental protection equipment, which plays a vital role in ensuring compliance with safety and environmental regulations. The work will take place in Philadelphia, Pennsylvania, and interested parties can reach out to Frank R. Vennell at frank.vennell@navy.mil or by phone at 215-897-1337 for further details. The presolicitation notice indicates that the procurement falls under the NAICS code 562910, focusing on remediation services.
    LF Sump Pump Discharge Lines
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and replacement of sump pump discharge lines at Malmstrom Air Force Base in Montana. The project, identified by solicitation number FA4626-25-R-0002, involves excavation, re-routing, and replacement of discharge lines for sumps SP102 and SP103, with a performance timeline of 180 calendar days following the notice to proceed. This initiative is crucial for maintaining military infrastructure and ensuring operational efficiency, with an estimated project cost ranging from $500,000 to $1,000,000. Interested contractors, particularly small businesses, must submit their proposals, including past performance references, by April 3, 2025, at 2:00 p.m. MDT, and can contact SrA Tamia Cash at tamia.cash@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    Water Leak in Roadway in South Bound Lane of North Range Road
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the urgent repair of a water leak in the southbound lane of North Range Road at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. The project involves the excavation and repair of a leaking 10-inch asbestos cement waterline, requiring contractors to provide all necessary labor, materials, and technology while adhering to strict safety and regulatory compliance measures. This repair is critical to maintaining the integrity and safety of the roadway, which is essential for traffic flow and base operations. Proposals are due by March 19, 2025, with an estimated project cost between $25,000 and $100,000, and interested contractors should contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, including the construction of new channels to replace existing culverts, with an emphasis on sustainability and compliance with environmental regulations. The estimated construction cost ranges from $10 million to $25 million, and proposals will be evaluated based on price and various non-cost factors, including corporate experience and small business utilization. Interested contractors must submit their proposals by March 31, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    Blue Marsh Lake Project - Maintenance of Water Distribution and Sewer Collection System
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the operation and maintenance of the water distribution and sewage collection systems at Blue Marsh Lake in Pennsylvania. The contract, which is set aside for small businesses, includes a base year and four option years, running from April 1, 2025, to October 15, 2029, with an estimated total value of $41 million. This project is crucial for ensuring reliable water and sewage services during peak recreational seasons, requiring contractors to perform daily inspections, emergency call-outs, and proactive management of the systems while adhering to safety regulations. Interested parties should contact Eric Leach at eric.a.leach@usace.army.mil or Deah Gerard-May at Deah.L.Gerard-May@usace.army.mil for further details.
    3573 HAYWARD Drydock
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Philadelphia office, is seeking qualified contractors for the 3573 Hayward Drydock project. This presolicitation opportunity is set aside for small businesses and involves shipbuilding and repairing services, categorized under NAICS code 336611 and PSC code J998 for non-nuclear ship repair. The procurement is crucial for maintaining and enhancing the operational capabilities of naval vessels, ensuring they are fit for service. Interested parties should reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details.