SMALL BUSINESS IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR GENERAL CONSTRUCTION PROJECTS IN WASHINGTON DC, MD AND VA AREAS OF RESPONSIBILITY
ID: N4008023R0022Type: Presolicitation
AwardedJul 31, 2024
$750M$750,000,000
AwardeeCER, Incorporated Severna Park MD 21146 USA
Award #:N4008024D0006-N4008024D0013
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    The Department of Defense, specifically the Naval Facilities Engineering System Command at the United States Naval Academy in Annapolis, Maryland, is conducting market research through a Sources Sought Notice for a high-performance tensioned fabric structure intended for temporary mission support swing space. The requirement includes a structure of approximately 9,800 square feet to facilitate the temporary relocation of essential services such as medical and dental clinics, administrative offices, and retail operations, necessitating advanced engineering precision and customization to withstand demanding conditions. Interested contractors are invited to submit detailed technical data and product specifications by January 21, 2025, at 2 PM EST, to David Potocek and Teshima Mason via the provided email addresses, as the government seeks to evaluate potential sources capable of meeting or exceeding the outlined requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment of a solicitation/contract for a construction project at the Walter Reed National Military Medical Center. The amendment provides information on additional points of contact, liquidated damages, and details of a site visit. Contractors are required to acknowledge receipt of the amendment.
    This document is an amendment to a solicitation or contract. It provides information about changes to the contract, such as an additional point of contact, liquidated damages, and site visit details. Contractors must acknowledge receipt of the amendment and make any necessary changes to their offers.
    This document is an amendment to a contract and provides additional instructions for a site visit. The amendment requires attendees to complete an access request form and submit it before the visit. It also provides instructions for parking and meeting location during the site visit.
    This document is an amendment of a solicitation or modification of a contract. The purpose of this amendment is to provide additional site visit instructions, including the requirement for a completed "SECNAV 5512/1" form for base access. Attendees of the site visit should plan on meeting in a grassy area just south of the east entrance to building 9, and parking is at the individual's risk due to limited space.
    Amendment 0003 was made to contract N4008023R0022 on October 20, 2023. The amendment includes the provision of the Site Visit Sign In Sheet.
    This document is an amendment to a contract, specifically amendment 0003. The purpose of the amendment is to provide the Site Visit Sign In Sheet. All other terms and conditions of the contract remain unchanged.
    Amendment 0004 of the solicitation modifies the contract by responding to pre-proposal inquiries, revising certain sections of the solicitation, and extending the proposal due date. The changes include updates to the general overview of the contract, evaluation factors for award, and project-specific requirements. Offerors are advised to review the amendment and make any necessary adjustments to their proposals.
    Amendment 0004 of the document provides revisions to the solicitation, including response to pre-proposal inquiries, and revisions to various sections such as general contract overview, evaluation factors, and project-specific requirements. The amendment also extends the proposal due date and clarifies submission requirements for amendments and modifications of the contract.
    Amendment 0004 and bid per RFP.
    Amendment 0004.
    The amendment extends the proposal due date to December 7, 2023 at 2 PM ET. All other terms and conditions of the document remain unchanged. The response date/time for the solicitation has been changed from November 29, 2023 at 2 PM to December 7, 2023 at 2 PM.
    This amendment extends the proposal due date from 29-Nov-2023 to 07-Dec-2023, at 2PM (ET). All other terms and conditions remain unchanged.
    This document is an amendment of a contract, specifically amendment number 0007. The purpose of this amendment is to extend the proposal due date to December 14, 2023, and to provide an updated wage determination. The document also includes information about prevailing wage rates for various construction classifications.
    This document is an amendment to a contract or solicitation, specifically Amendment 0007. The purpose of this amendment is to extend the proposal due date and provide an updated Wage Determination. The wage determination lists various classification rates for different labor categories.
    Amendment 0008 of the solicitation/modification of the contract provides pre-proposal inquiry responses, revisions to specification sections and drawings, and additional provisions and clauses. It also includes attachments such as revised sheets and section headings. Proposal due date remains the same.
    Amendment 0008 of the contract solicitation includes various changes such as providing pre-proposal inquiry responses, revisions to specification sections and drawings, and adding FAR provisions and clauses. The proposal due date remains the same.
    This document is an amendment to a solicitation for a construction contract. The amendment extends the proposal due date, revises a response, and revises evaluation factors for award. The document also includes instructions for proposal submission and information on past performance evaluation.
    The amendment extends the proposal due date to December 21, 2023, revises the PPI #175 response, and revises the evaluation factors for award. The solicitation has been modified to reflect these changes, with revisions made to the evaluation factors for award and instructions to proposers.
    Amendment 0010 has been issued to revise the solicitation section "General Overview of Contract" on page 5. The response date/time for the solicitation has been changed from 21-Dec-2023 02:00 PM to 08-Jan-2024 02:00 PM.
    The document is an amendment to a contract and solicitation. The amendment revises a specific section of the solicitation and changes the required response date/time.
    The document outlines Amendment 0011 to the solicitation N4008023R0022, effective April 19, 2024, involving administrative updates, specifically the incorporation of the updated Wage Determination MD20240053. This change mandates minimum wage rates for various construction-related classifications in Montgomery County, Maryland, subject to the Davis-Bacon Act and relevant executive orders. Contractors must acknowledge receipt of this amendment and adhere to wage and worker protection requirements specified therein.
    The document is an amendment (0012) to a solicitation (N4008023R0022) issued by COMNAVFACSYSCOM, effective June 25, 2024. It includes updated wage determinations reflecting minimum wage rates and conditions applicable to federal construction contracts under the Davis-Bacon Act, requiring acknowledgment of the amendment by contractors by June 27, 2024. The amendment also outlines the process for reviewing and appealing wage determinations and includes details on contractor responsibilities regarding worker protections.
    This document is a pre-proposal inquiry (PPI) log template for the Small Business MACC project in the NAVFAC Washington AOR. It includes columns for question numbers, dates received, references, sections, paragraphs, the actual questions, government responses, and amendment numbers.
    This document is a pre-proposal inquiry log template for the Small Business MACC project in the NAVFAC Washington AOR. It includes columns for question number, date received, reference, section, paragraph, question, government response, and amendment number.
    This document is a project data sheet for construction and design experience. It includes sections for providing information about the firm, work performed, contract details, type of work, and project descriptions.
    This document is a project data sheet for construction and design experience. It includes fields for project information such as firm name, address, work performed, contract number, award and completion dates, type of work, type of contract/task order, and a detailed description of the project.
    This document is a price and proposal form for the Building 9 Entrance and Corridor Modernization project at the Walter Reed National Military Medical Center. It includes a breakdown of the prices for different work items and a note about the contract duration. It also provides information about the planned modification for furniture, fixtures, and equipment, including the estimated budget and requirements for the handling and administration rate.
    This document is the attachment C price proposal form for solicitation N40080-23-R-0022 for the Building 9 Entrance and Corridor Modernization project at the Walter Reed National Military Medical Center in Bethesda, MD. The form includes price details for the base bid as well as a planned modification for furniture, fixtures, and equipment (FF&E). The document also provides general notes and requirements for the proposal.
    The document is a form titled "NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE" that collects information about a contractor's performance on a specific project. The form includes sections for contractor information, contract information, ratings of the contractor's performance in various areas, and general remarks.
    This document is a list of drawings, specifications, and work orders related to the Building 9 Entrance and Corridor Modernization at the Walter Reed National Military Medical Center. It includes information on the project description, location, work restrictions, and contractor access and use of premises. It also provides details on the required submittals, working hours, utility cutovers, and payment procedures.
    This document is a list of drawings and specifications for the Building 9 Entrance and Corridor Modernization project at the Walter Reed National Military Medical Center. It includes information on procurement and contracting requirements, existing conditions, concrete work, metals, wood and composites, thermal and moisture protection, finishes, and more. The document also outlines work restrictions and payment procedures, including the submission of an Earned Value Report derived from a cost-loaded Network Analysis Schedule (NAS).
    The document is a set of notes and drawings related to the renovation and modernization of the entrance and corridors of Building 9 at the Walter Reed National Military Medical Center in Bethesda, MD. The scope of work includes updates to the exterior and interior finishes, safety features, walkways, entrance doors, lighting, and HVAC systems. The contractor is responsible for coordinating with other trades and obtaining government approval for shop drawings and specifications.
    The document is a set of design drawings and specifications for the modernization of the East Hospital Entrance and corridors at the Walter Reed National Military Medical Center. The project includes renovations to the main lobby, exterior curtain wall replacement, interior finishes, lighting, and fire protection system upgrades. The contractor is responsible for coordinating the work of all trades and obtaining necessary approvals before beginning construction.
    This document is a registration form for a site visit at the Walter Reed National Military Medical Center Bethesda MD for the building 9 modernization project. It includes fields for attendees to provide their personal information and confirm if they have base access.
    This document is a site visit registration form for the project titled "Building 9 Modernize East Entrance, Walter Reed National Military Medical Center Bethesda MD". The site visit is scheduled for October 18, 2023, at 11 AM. The form requests information such as contact details and whether the participant already has base access.
    The document includes a list of individuals and their contact information who attended a site visit for the Modernize East Entrance project at WRNMMC.
    The document is a table with information about various companies and individuals, including their names, contact information, and company affiliations.
    The document appears to be a mixture of location names, parking information, and some administrative details regarding gates and buildings.
    The document contains various locations and parking instructions for different areas within a specified campus. There is also a mention of a site visit meeting location being outside building 9. Additionally, there is a reference to a commercial vehicle inspection station at gate 5.
    This document is a solicitation and offer for a construction contract. The contract will be a small business set-aside and will include both design-build and design-bid-build projects. The evaluation factors for award will include price, technical approach, experience, project specific requirements, safety, and past performance. Interested offerors should submit a complete proposal in accordance with the instructions provided.
    This document is a solicitation for a construction contract. It is a total small business set-aside and includes instructions for submitting a proposal, evaluation factors for award, and requirements for site visits and pre-proposal inquiries. The contract will be awarded based on price competition, technical merit, and other factors, and the offeror's past performance will be evaluated. The document also includes details on the scope of work and the pricing structure for the contract.
    A summary of the document shows various locations and equipment found within a facility, such as transformer T-1160, switchboard 11601, women's room 0502, electric room 0314A, and barrier 1. The document also mentions other equipment, such as transformer T-1600, MDP 3400, and ATS 1600.
    There are several transformers, switchboards, and panels located in different rooms, including the women's room, electric room, decontamination room, and men's room. The document also mentions barrier locations and a key plan that is not to scale.
    The document is a comprehensive table summarizing electrical symbols, fixtures, and associated wiring specifications for a construction project. It outlines various elements such as light fixtures, switches, receptacles, junction boxes, and necessary electrical components, along with their configurations and mounting details. Key abbreviations and the relationship between different electrical elements are also provided for clarity in interpreting the electrical plans.
    The document provides electrical symbols, abbreviations, and specifications for light fixtures and their associated wiring in a construction project. Key elements include details on junction boxes, receptacles, and switch types along with their respective mounting heights and configurations. Comprehensive guidelines for installation and electrical requirements ensure proper compliance with safety and operational standards.
    The document describes various types of lighting fixtures, including recessed mounted linear LED luminaires, surface mounted LED luminaires, and round downlights. The fixtures have different specifications such as lumen output, color temperature, and housing materials. The document also mentions the use of LED lamps with low energy consumption.
    The document contains specifications for various types of lighting fixtures, including LED fixtures with specific lumens output and color temperature requirements. The fixtures have different housing materials and finishes, and some include dimmable drivers.
    The document provides instructions for the replacement of panelboard 1E19. It emphasizes the need to coordinate with the project manager and notify end users before shutting down power. The document also specifies the installation of splice/junction boxes and the removal of existing feeder and circuits.
    This document provides notes for the replacement of panelboard 1E19, including coordination with the project manager, installation of splice/junction boxes, and notification to end users. It also mentions the need to disconnect the existing feeder and circuits, connect them to the new panelboard, and install the new panelboard in room 1323.
    The existing switchboard in Electric Room 0604 has a schedule of 800A bus, 480/277 volt, 30, 4 wire, and minimum 65 KAIC. The switchboard in Electric Room 0314A has a schedule of 600A bus, 208/120 volt, 30, 4 wire, and minimum 10 KAIC. The switchboard in Building 9 at Naval Support Activity Bethesda is undergoing entrance and corridor modernization.
    The existing switchboard in Electric Room 0604 is scheduled to have a 1200A bus, 480/277V, with a minimum 65 KAIC rating and is served from Substation No. 1. The cubicles in the switchboard have various circuit breakers with different ratings and adjustable capabilities, and there are also digital metering and surge protective devices included. The existing switchboard in Electric Room 0314A is scheduled to have a 600A bus, 208/120V, with a minimum 10 KAIC rating and is served from Switchboard 1100 via Transformer T-1160. The cubicles also have different circuit breakers with adjustable capabilities, digital metering, and a surge protective device is included.
    The document describes multiple circuit breaker frames, trips, and KAIC values, as well as the locations of various panels and enclosures. The document also provides a schedule of circuit breakers and their corresponding frame, trip, and KAIC values. Additionally, the document includes general notes and references to existing panelboards and their locations.
    There are multiple LTS (Lighting) circuits in various malls, with different frame/trip/KAIC values. There are also LTS circuits for different panels, with different frame/trip/KAIC values. There are additional circuits for EM (Emergency) lights in labs and existing circuits with frame/trip/KAIC values. There is also a panel schedule for Panel 0E3E and Panel 1E30 served from Panel DPEL, and Panel 1E32 served from Switchboard 1100.
    The document contains information about the circuit breakers, bus bars, and panels in various electric rooms at the location specified. There is also a list of existing circuits and their associated circuit breaker frame/trip information.
    This document provides detailed information about circuit breakers, bus bars, and panels in various locations within the facility. It also includes a panel schedule for different panelboards.
    The document contains schedules of panel replacements for three different panels, including their voltages, bus sizes, and main lug configurations. There are also tables indicating the circuit breaker frame/trip/KAIC information for each panel. The document includes drawings and references to existing panelboards and their locations in the facility.
    The document contains multiple panel schedules for existing panelboards in various locations, including Panel 2E30, Panel 1F10, and Panel 2A14. Each schedule includes information about the voltage, circuit breakers, mounting location, and available circuits. The document also includes general notes and references to other drawings and project numbers.
    This document is a privacy act statement and registration form for the Department of the Navy's local population ID card/base access pass. The purpose of the form is to control physical access to DoD, DoN, and US Marine Corps installations by identifying and verifying individuals through the use of biometric databases and associated data processing/information services. The form also collects information for visitor statistics, adjudicating access, and tracking personnel entry/exit times.
    This document is a registration form for local population ID cards and base access passes for the Department of Defense, Department of the Navy, and U.S. Marine Corps installations and facilities. The form collects personal information, including biometric data, to control physical access, issue badges, and maintain visitor statistics. The form also includes instructions for completing the form and a list of acceptable identity source documents.
    The government requires the use of the Naval Facilities Engineering Command's Electronic Construction and Facility Support Contract Management System (eCMS) for the transfer and management of electronic technical submittals and documents. Submittals and documents must be uploaded into eCMS using specific naming conventions and must be marked with appropriate security classifications. Access to eCMS will be provided to the Contractor's personnel who are responsible for managing electronic documents.
    The Electronic Construction and Facility Support Contract Management System (eCMS) is the designated means of transferring technical documents between the contractor and the government. All personnel who will have access to the eCMS must be listed within 20 calendar days of contract award. The eCMS must be used for transmitting specific project documentation types, with appropriate markings for controlled unclassified information (CUI) documents.
    Similar Opportunities
    NAVAIR Mobile Facilities Procurement
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Joint Base MDL, NJ, is seeking proposals for the procurement of Mobile Facilities (MF) under presolicitation notice N68335-26-R-0354. The contract will involve the production and delivery of mobile habitable shelters, specifically designed to support Marine Corps avionics testing in austere environments, with dimensions of eight feet wide by 20 feet long by eight feet high. The government plans to acquire six types of MFs and conduct First Article Testing based on government drawing 1339AS, utilizing a best value approach for evaluation based on technical capabilities, past performance, and pricing. Interested vendors must submit proposals electronically via the Procurement Integrated Enterprise Environment and ensure registration in the System for Award Management (SAM) database prior to award consideration. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Kieran Connolly at kieran.m.connolly2.civ@us.navy.mil.
    Tank, Fabric Collapsible
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking sources capable of manufacturing Fabric Collapsible Tanks, as part of a market research initiative. Interested contractors must submit a complete technical data package, including original manufacturer’s drawings, as the government does not possess these proprietary documents. The tanks, identified by National Stock Number 5430-01-562-1281, are critical for military logistics and storage, with an estimated annual requirement of 38 units. Interested parties should contact Avril Dickerson at avril.dickerson@dla.mil or 445-737-7976 before January 7, 2026, for further information.
    Plastic Sheeting
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking qualified small businesses to provide plastic sheeting as outlined in the Combined Synopsis/Solicitation RFQ number SPMYM326Q5016. The procurement specifically requires translucent white plastic sheeting sized 40' x 100', with a reinforced three-ply construction and fire retardancy compliant with NFPA 701 Test Method 1, suitable for use in personnel changing rooms. Interested vendors must submit a 4' x 4' sample along with their quotes, which are due by 12:00 PM EST on December 22, 2025, via email to robert.dowdle@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL. All submissions must include pricing, country of origin for each item, and completion of specific FAR and DFARS provisions, with the contract being a total small business set-aside under NAICS code 326112.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    Big Top Shelters by Big Top Manufacturing LLC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Big Top Shelters Manufacturing LLC for the procurement of prefabricated metal building components. This contract is being pursued under FAR 6.302-1, indicating that the goods are available from only one source, which highlights the specialized nature of the products required. The prefabricated metal buildings are crucial for various military applications, providing essential shelter solutions in diverse environments. Interested parties can direct inquiries to Morgan L. McDaniel at morgan.l.mcdaniel6.civ@us.navy.mil for further details regarding this opportunity.
    20--TILE 24 X24 INCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 2,000 units of 24 x 24 inch tiles, identified by NSN 2090 016160268 ST. The procurement requires engineering source approval to ensure the quality of the part, necessitating that all suppliers demonstrate existing unique design capabilities and manufacturing knowledge. These tiles are critical components for naval applications, and the contract will be awarded on a firm-fixed-price basis, with a due date for offers set for December 31, 2025. Interested vendors must submit their quotes via email to Alison Bruker at alison.n.bruker.civ@us.navy.mil, and must possess a valid U.S. security clearance due to the classified nature of the associated documents.
    Service Proprietary Hangar 1048 Fabric Doors at NAS Fort Worth
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking a contractor to service proprietary Verifcal Lifting Fabric hangar doors at Building 1048 located at Naval Air Station Fort Worth JRB, Texas. The contractor will be responsible for providing all necessary labor, parts, tools, equipment, materials, and transportation to complete the task, which is structured as a firm fixed price task order under a Federal Supply Schedule contract. This service is crucial for maintaining the operational readiness and safety of airfield structures at the facility. Interested parties can reach out to Eric Smith at eric.c.smith6.civ@us.navy.mil or by phone at 817-782-5274, or contact Jeannette Sale at jeannette.c.sale.civ@us.navy.mil or 817-782-7985 for further details.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.