Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
ID: N4008524R2564Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Facility Investment Services at the Naval Station Newport complex in Rhode Island. The procurement aims to enhance the management and maintenance of facilities, installed equipment, and systems, ensuring compliance with federal standards and operational efficiency. This contract, which is a total small business set-aside, emphasizes the importance of effective facility management in supporting military readiness and safety. Proposals are due by October 24, 2024, and interested parties can direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.

    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command Mid-Atlantic is conducting a Sources Sought Notice to assess the capability of small businesses, including various designated categories, for a potential Facility Support contract at Naval Station Newport, Rhode Island. The scope includes maintenance services for facilities with a projected contract term of up to 60 months and an annual value of at least $700,000. Interested parties are invited to submit a brief capabilities package by February 2, 2024, to aid in tailoring government requirements.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide serves as a comprehensive resource for companies wishing to engage in solicitations within the Department of Defense (DoD) framework. It details a user-friendly portal that enhances the automation and security of capturing solicitations and responses from vendors. Users can either self-register for a new PIEE account or add additional roles to their existing accounts. The guide outlines specific step-by-step instructions for new users, emphasizing the necessity of selecting the appropriate roles, such as Proposal Manager or Proposal View Only, when submitting offers. For existing users, the document provides a procedure for updating their profiles and adding roles post-login. Support options are available, including account and technical assistance, ensuring users can navigate the system effectively. The Roles and Actions/Functions Matrix clarifies the capabilities associated with each vendor role, reinforcing the document's utility in fostering compliance and efficiency in the DoD procurement process. Overall, the guide exemplifies the government's commitment to streamlining vendor interactions and maintaining a secure procurement environment.
    The provided government file appears to be an overview or template for recording essential data related to federal RFPs (Requests for Proposals) and grants, as well as state and local RFPs. It outlines a standardized format intended to capture vital participant information, including personal details like last name, first name, middle name, date of birth, and citizenship status, as well as logistical details such as installation site and associated company sponsor. Key components include fields for the start and end dates of the project, suggesting a focus on timeline management for project bids or funding requests. This structure enables government entities to organize and evaluate applicants systematically for funding or project opportunities. Overall, this document serves as a foundational tool for processing RFPs and grants, ensuring that all relevant participant information is collected efficiently, thereby aiding in decision-making and compliance with federal and state requirements. The standardized approach reflects the government's commitment to transparency and equitable access to funding opportunities across various levels of government.
    This document is an amendment to a solicitation for facility investment services at Naval Station Newport, Rhode Island. It incorporates revisions into Section L of the request for proposals (RFP), particularly regarding the site visit scheduled for September 19, 2024. The amendment outlines the requirements for submitting proposals, including a detailed contractor certification, payment schedule, and instructions for inquiries that must be submitted in writing at least ten days before the proposal deadline. Moreover, the document highlights that proposals from unsuccessful offerors will not be returned, emphasizing the importance of timely acknowledgment of the amendment to avoid rejection of offers. Key proposal components include price and non-price submissions, which must be clearly separated and meet specific formatting requirements. Additional information for responsibility determination must support price proposals and provide evidence of the offeror's financial capability and relevant experience. Overall, this amendment details procedural guidelines for prospective contractors and underscores the government's emphasis on compliance and clarity during the contracting process, reflecting standard practices in federal RFPs and grants.
    The document outlines an amendment to a solicitation for facility investment services at Naval Station Newport, Rhode Island. The primary purpose is to reschedule a previously planned site visit, originally set for September 19, 2024, to September 26, 2024. Key amendments include changes in instructions for offerors, particularly the requirement for contractor proposal certifications, and the clarification on site visit registration. Offerors must ensure their proposals meet specific performance objectives and adhere to various submission protocols, such as providing detailed financial information and ensuring compliance with federal requirements. The document emphasizes the need for written inquiries regarding the RFP and clarifies the evaluation criteria for both price and non-price factors. Proposals must not exceed 100 pages and should include all required documentation to be considered for the contract award. This amendment highlights the structured process of government procurement, aimed at ensuring transparency and fair competition among bidders.
    This document is an amendment to a solicitation for facility investment services at Naval Station Newport, Rhode Island (Contract ID N4008524R2564). Key updates include the provision of a Site Visit Log and an extension of the Proposal Due Date (PDD) from October 8, 2024, to October 24, 2024. The amendment confirms that all other terms and conditions remain unchanged and emphasizes the importance of acknowledging receipt of this amendment by potential contractors to avoid rejection of offers. The document is dated October 1, 2024, indicating the official modification of contract conditions, managed by the NAVFACSYSCOM Mid-Atlantic. This amendment reflects the government's intent to ensure proper procedural adherence and maintain an open line for contractor communications, thereby facilitating the procurement process in line with federal regulations and requirements for competitive grants and contracts.
    The Naval Facilities Engineering Command (NAVFAC Mid-Atlantic) issued a Request for Proposal (RFP) identified by contract number N40085-24-R-2564. The RFP seeks Facility Investment Services for the Naval Station Newport complex in Newport, Rhode Island. These services involve the assessment, management, and enhancement of facilities, installed equipment, and systems within the complex. The document appears to be a preliminary communication targeting potential contractors or service providers interested in submitting proposals for the outlined services. The RFP aims to ensure that the facilities are maintained and upgraded in alignment with relevant standards and operational requirements, facilitating improved performance and safety at this military installation. Interested parties are encouraged to refer to the contact information provided for further inquiries and details regarding submissions. This reflects the federal government's ongoing efforts to engage with the private sector for facility management to support military readiness and operational efficiency.
    The document outlines a Request for Proposal (RFP) from the Naval Facilities Engineering Command Mid-Atlantic for Facility Investment Services at Naval Station Newport, Rhode Island. The solicitation includes a firm-fixed-price contract structured into a base year and four option years, with an emphasis on small business participation (100% set-aside). Proposals are due by October 8, 2024, at 2:00 PM local time. The RFP specifies that contractors must provide all necessary labor, management, tools, and equipment for recurring and non-recurring facility support services. The document delineates requirements relating to wage determinations under the Service Contract Act, processes for electronic proposal submission, and stipulates necessary qualifications for contractor personnel. Furthermore, it indicates the necessity for a Quality Control Program and specifies evaluation factors for award based on price and technical capabilities. The summary of Section I addresses various contract clauses governing performance requirements, inspection processes, and penalties for unsatisfactory performance, ensuring comprehensive oversight of the contractor's obligations. The RFP emphasizes efficient management practices and adherence to regulatory standards to facilitate effective service delivery at the designated government facilities.
    The NAVSTA Consolidated Contract outlines comprehensive service requirements for refuse collection, disposal, and recycling at various naval facilities in Newport, Rhode Island. The contractor is responsible for supplying all necessary labor, supervision, equipment, and management to meet the service specifications outlined in the Performance Work Statement (PWS). The PWS is organized into 18 annexes, detailing areas such as management, administration, and technical requirements. The document emphasizes the Navy's Performance-Based Service Acquisition (PBSA) approach, highlighting the importance of performance outcomes and measurable standards. It also delineates contractor responsibilities, including site inspections, maintaining safety standards, and managing resources effectively. Moreover, the contractor must comply with security regulations, obtain relevant permits, and ensure employee qualifications are maintained. Access to government facilities will be regulated, requiring personnel to possess appropriate clearances. This contract showcases the Navy's commitment to effective waste management while fostering sustainable environmental practices. Overall, it serves as a framework for contractors to deliver essential services while ensuring compliance with government standards and regulations.
    This document outlines the Deliverables for the NAVSTA Consolidated Contract under Section F – Management and Administration. It specifies a comprehensive list of required deliverables related to various aspects of contract performance, including approvals, notifications, and reports. Key deliverables include requests for work outside regular hours, various insurance and safety certifications, quality management plans, and incident reports, each with defined submission deadlines and distribution requirements. The emphasis is placed on timely communication, such as weekly scheduling updates, immediate reporting of cybersecurity incidents, and prompt notifications regarding project disruptions. Additionally, the document outlines requirements for environmental and safety compliance, including plans for hazardous materials management and waste stream determinations. Overall, the structure focuses on ensuring accountability and regulatory adherence in contract execution, illustrating the government's stringent oversight in service delivery and operations. This reflects a commitment to maintaining quality, safety, and environmental standards in federal contract work.
    The document outlines the management and administration guidelines pertinent to federal government requests for proposals (RFPs) and grants, specifically providing definitions and acronyms crucial for understanding compliance and operational expectations. It includes sections on wage determinations, invoicing procedures, and forms necessary for contractors. Key definitions range from terms about assessments and assets to compliance standards associated with hazardous materials management and performance evaluation procedures. Acronyms are widely used to streamline communication around roles such as the Contracting Officer (KO) and the Contracting Officer’s Representative (COR), highlighting the importance of clear roles in contractual agreements. The propagated directives, instructions, and references establish a framework for maintaining property, health, and environmental standards, thus emphasizing the critical aspect of quality control and regulatory compliance in federal contracts. Overall, this document serves as a foundational reference to ensure proper execution of project requirements while meeting established federal guidelines and maintaining contractual integrity.
    The document provides an outline for the Service Provider interface used in NAVFAC MAXIMO, detailing data submission guidelines for service providers collaborating on federal work orders. It specifies required fields, data formats, and adherence to value lists in a reference spreadsheet. Key mandatory fields include Work Type, Status, Description, and Labor Cost, among others. The submission format is a pipe-delimited file, with precise requirements for data such as dates and numerical values, ensuring consistent and accurate record-keeping. The document includes instructions on how to handle null values and cross-validation with existing records in MAXIMO, reinforcing the importance of data integrity. Overall, this document serves as a comprehensive guideline for service providers to efficiently report and manage work order data in a standardized manner, supporting government operations in contract management and maintenance tracking.
    The document outlines the Asset File Interface (Version 2) as part of the MAXIMO system, detailing specifications for asset management data submission. It serves as a guideline for formatting asset information, specifying required and optional fields, and indicating data formats and content notes. Key fields include AssetNum, Description, Location, and Installation Date, with clear directives on value lists and data relationships critical to uniformity and accuracy within the data system. Version 2 introduces new fields such as Asset Comment, PM Program, and PM Plan, underscoring the complexity and detailed nature of asset data management. It emphasizes the need for compliance with the provided specifications, such as matching value lists in Maximo and adhering to the specified data formats. The document also guides flat-file submissions in a pipe-delimited format, engaging in the maintenance of asset records across federal, state, and local levels. This comprehensive framework aims to enhance the effectiveness of asset tracking and management within governmental systems, ensuring data integrity, standardization, and ease of updates or new entries.
    The Interface: Characteristic Meter Reading document outlines the requirements and guidelines for submitting characteristic meter readings in the NAVFAC MAXIMO system. It specifies the current version as v2, effective September 30, 2016, and highlights significant updates regarding observation value ranges. The document consists of multiple tabs detailing the meter reading fields, including mandatory fields like Site, Asset, Meter, Observation, Measurement Date, and Inspector, each with specific character limits and format requirements. Key elements of the interface include the necessity for values to match existing entries in the MAXIMO system to avoid record rejection. It also describes the filing process within MAXIMO, differentiating between current and non-current meter readings. The observation values comprise various designations for facilities and utilities, leveraging a grading system for performance assessments. This document serves an essential function in ensuring accurate data reporting and compliance with federal regulations, aiming to optimize the management of federal assets and utilities.
    The document pertains to solicitation N40085-24-R-2564, outlining federal contracting requirements for maintenance and environmental services, including recurring and non-recurring work related to asbestos removal and facility upkeep. It details various Line Item Numbers (CLINs) associated with evaluated costs for services such as emergency and routine service orders, preventive maintenance, and hazardous materials management. Key elements include specifications for maintaining facilities, particularly focusing on compliance with safety regulations concerning hazardous materials like asbestos, and detailing service quantities and pricing models. The structure emphasizes a systematic approach to pricing through different contract periods (Base, Option Year 1, Year 2, and Year 3), each encompassing multiple service lines requiring distinct estimates and execution plans. Additionally, the document underscores the critical need for contractors to adhere strictly to outlined specifications while bidding for governmental work, illustrating the formal processes characteristic of federal RFPs. This proposal highlights the government's commitment to safety and operational efficiency, ensuring well-regulated environmental practices in public facilities.
    Similar Opportunities
    Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The contractor will provide labor, management, supervision, tools, material, and equipment necessary for various services including Facilities Support Services, Facility Planning and Asset Management Services, and Base Support Vehicles and Equipment. The contract will be a combination Firm-Fixed Price/Indefinite Quantity type and will be awarded to the best value offeror using tradeoff analysis. The contract will have a base period with four one-year option periods, not exceeding sixty months. The estimated proposal due date is at least 30 days after the RFP is posted on or about January 24, 2019. Contractors must register in the System for Award Management (SAM) database to be eligible for award.
    REQUEST FOR PROPOSAL FOR LAND EXCHANGE AND WATER/WASTEWATER INFRASTRUCTURE DIVESTITURE NAVAL STATION NEWPORT NEWPORT, RI
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is issuing a Request for Proposal (RFP) for a land exchange and the divestiture of water and wastewater infrastructure at Naval Station Newport in Rhode Island. The objective is to engage a qualified offeror who can demonstrate experience in operating and maintaining similar infrastructure, ensuring the continuation of services for existing and future tenants at the station. This initiative is part of a broader strategy to optimize resource management and enhance operational efficiency within the Navy's utility services. Interested parties must submit their proposals by 5 PM on February 11, 2025, and can direct inquiries to Chris Nelson at christopher.r.nelson@navy.mil or Heather Stadler at heather.m.stadler2.civ@us.navy.mil for further information.
    Construction - B1320 Second Floor Alterations
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting proposals for the construction project titled "B1320 Second Floor Alterations." This project involves alterations to the second floor of Building B1320 and is exclusively set aside for small businesses, with an estimated contract value between $25,000 and $100,000. The work is critical for enhancing the infrastructure of the facility, reflecting the government's commitment to supporting small business participation while adhering to strict safety and compliance standards. Proposals are due by February 25, 2025, and interested contractors must attend a mandatory site visit on February 18, 2025, requiring pre-registration and valid visit requests. For further inquiries, contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement aims to secure comprehensive facilities support services, including maintenance and management tasks, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, with a base period of one year and four optional years. The services are critical for ensuring operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to maintaining high-quality infrastructure. Interested small businesses must submit their proposals by March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate understanding of the requirements.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES MANAGEMENT AND SUSTAINMENT SUPPORT PREDOMINANTLY IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ATLANTIC AREA OF OPERATIONS, BUT ALSO WORLDWIDE.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on facilities management and sustainment support. The contract, estimated at $90 million over a five-year period, will involve key tasks such as facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. This procurement is crucial for enhancing infrastructure management capabilities within the NAVFAC Atlantic area and beyond, promoting competition among firms while ensuring compliance with small business subcontracting goals. Interested parties must submit their responses electronically by March 27, 2025, and can direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.
    Construction - Emergency Shower and Eye Wash Stations
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting proposals for the installation of emergency shower and eyewash stations. This project, which is set aside for small businesses under NAICS code 236220, aims to enhance safety measures within the facility and is budgeted between $100,000 and $250,000. Proposals are due by March 14, 2024, with a mandatory site visit scheduled for February 26, 2024, and the work is expected to be completed within 120 calendar days following the award. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil for further details.
    N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility spanning approximately 60,000 square feet, which includes the demolition of existing structures and aims to enhance operational capabilities for Navy personnel. The facility will incorporate various specialized spaces, including maintenance rooms, storage areas, and administrative offices, all designed to meet stringent federal construction standards and operational requirements. Interested contractors must submit their proposals electronically by January 31, 2025, with a project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.