Design Bid Build – Building 1313 and 1314 HVAC upgrades Phase 3, NAVAL STATION NEWPORT, NEWPORT, RI.
ID: 6069320Type: Solicitation
Overview

Buyer

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

NAICS

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

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due May 16, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for HVAC upgrades to Buildings 1313 and 1314 at Naval Station Newport, Rhode Island. This project, designated as Phase III, involves the repair and replacement of heating and cooling units in unaccompanied housing facilities, as part of a broader initiative to enhance military housing across the northern area of responsibility, which includes several states from Connecticut to Vermont. Qualified contractors are encouraged to participate in this multiple award construction contract, with the solicitation date set for March 28, 2025. Interested bidders can reach out to Stefan Nassaney at stefan.nassaney@navy.mil or by phone at 401-841-4443 for further details.

Point(s) of Contact
Files
Title
Posted
The document outlines a federal Request for Proposals (RFP) from the Naval Facilities Engineering Command, Mid-Atlantic, regarding a multiple award construction contract for facilities within the northern area of responsibility, which includes states from Connecticut to Vermont. The proposed task order focuses on HVAC upgrades for Unaccompanied Housing Buildings 1313-1314 at Naval Station Newport, RI, under the designation N40085-25-F-XXXX. The solicitation date is set for March 28, 2025. It lists the contract holders selected for the indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract, including companies from various states, their points of contact, phone numbers, and emails. This document emphasizes the need for qualified contractors to undertake the specified construction work, reflecting the federal government's efforts to improve military housing facilities across the region. The structured information facilitates easy identification of potential bidders and their contact details.
Lifecycle
Title
Type
Similar Opportunities
PRE-SOLICITATION NOTICE FOR DESIGN-BID-BUILD, NWC B686 CONOLLY HALL UPGRADES / NWC MODULAR BUILDINGS, NAVAL STATION NEWPORT, RHODE ISLAND
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is preparing to solicit bids for the design-bid-build project involving upgrades to Conolly Hall and modular buildings at Naval Station Newport in Rhode Island. The procurement aims to enhance the existing facilities, ensuring they meet current operational standards and requirements. This construction project is critical for maintaining the infrastructure necessary for naval operations and supporting personnel at the station. Interested contractors can reach out to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Shayna Eichner at shayna.t.eichner.civ@us.navy.mil for further details, with the project classified under NAICS code 236220 and PSC code Y1JZ.
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.
West Palm Beach- Routine HVAC Maintenance
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting proposals for routine HVAC maintenance and repair services at its facility in West Palm Beach, Florida. This procurement is specifically set aside for small businesses under NAICS code 238220, with a size standard of $19 million, and aims to ensure the efficient operation of HVAC and cooling systems through preventive maintenance and emergency services. The contract will be awarded on a Firm Fixed Price basis, with proposals evaluated based on the Lowest Price, Technically Acceptable methodology. Interested parties must submit their electronic proposals by May 2, 2025, and are required to have an active registration in the System for Award Management (SAM). For further inquiries, contact Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil or by phone at 401-832-5568.
FY 25 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Fiscal Year 2025 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract, set aside for small businesses, encompasses a range of mechanical services including the inspection, testing, installation, and maintenance of Heating, Ventilation, Air Conditioning, and Refrigeration (HVACR) systems, with a total potential value of $71.5 million over a base year and five optional extensions. The procurement is critical for ensuring operational efficiency and compliance with safety and regulatory standards in military facilities. Interested contractors must submit their proposals electronically by the specified deadlines, and are encouraged to attend a pre-proposal conference scheduled for April 23, 2025. For further inquiries, potential bidders can contact Nicole Levesque at nicole.levesque@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
HVAC Replacement Norfolk International Airport
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for the HVAC Replacement project at Norfolk International Airport in Virginia Beach, Virginia. This project involves the demolition of outdated HVAC systems and the installation of new equipment, with an estimated construction budget ranging from $1.5 million to $3.5 million. The successful contractor will be responsible for ensuring minimal disruption to airport operations during construction, adhering to strict safety and environmental regulations, and completing the work within 365 days of receiving the Notice to Proceed. Interested bidders must submit their proposals by 3 PM Eastern Time on May 14, 2025, and are encouraged to attend a site visit on April 24, 2025, to familiarize themselves with the project requirements. For further inquiries, potential offerors can contact Sam Culberth at Sam.G.Culberth@faa.gov or Karen Czerwiec at karen.v-ctr.czerwiec@faa.gov.
“Repair HVAC Systems” Multiple Buildings, Joint Base Lewis-McChord (JBLM), WA.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a Sources Sought Notice to identify contractors capable of repairing HVAC systems in multiple buildings at Joint Base Lewis-McChord (JBLM), Washington. The project involves the installation of energy-efficient HVAC systems with Direct Digital Control (DDC) capabilities, specifically in Buildings 9690 and J00567, with an estimated contract value between $5 million and $10 million. This initiative is crucial for maintaining operational efficiency and comfort in military facilities, and interested firms are required to submit a five-page capabilities package by May 16, 2025, to the designated contacts, Christopher Baroldy and Brett Vegeto, at their respective email addresses. Contractors must also be registered in the System for Award Management (SAM) to be eligible for future awards.
USNS LEWIS AND CLARK AHU COIL REPAIRS
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of air-conditioning and refrigeration equipment, specifically cooling coils for air handling units, to be delivered to Norfolk, Virginia. This procurement is critical for maintaining crew habitability and operational readiness aboard naval vessels, with an urgent requirement for delivery by June 13, 2025, to prevent work stoppage. The total anticipated value of the contract is $39,611, and interested vendors must submit their quotes by 10:00 AM EST on April 29, 2025, ensuring compliance with all specified Federal Acquisition Regulation (FAR) clauses. For further inquiries, vendors may contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
Propulsion Test Facility (PTF) Complex Operations & Maintenance (O&M)
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is preparing to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for the operations and maintenance (O&M) of the Propulsion Test Facility (PTF) Complex in Newport, Rhode Island. The contract aims to ensure the continued operation, maintenance, and upgrades of the PTF, which is vital for testing and engineering functions related to the U.S. Navy's torpedo fleet and associated systems, including the Mk 48 and Mk 54 torpedoes and unmanned underwater vehicles. Interested contractors will be responsible for a range of tasks, including maintaining testing systems, providing technical support, and adhering to safety regulations, with the solicitation expected to be released on or around May 7, 2025. For further inquiries, potential offerors can contact Erin Montanari at erin.l.montanari.civ@us.navy.mil or Carrie Rochelle at carrie.r.rochelle.civ@us.navy.mil.
HVAC Replacement Bldg. 395, March ARB
Buyer not available
The Department of Defense, specifically the Air Force Reserve, is seeking qualified contractors for the HVAC replacement project at Building 395, March Air Reserve Base in California. The project involves the design and construction of a new chilled water HVAC system, including the demolition of the existing VRF system, installation of hot water boilers, and enhancements to electrical controls, all in compliance with federal, state, and local regulations. This initiative is crucial for modernizing facility infrastructure and ensuring operational readiness, with a total performance period of 78 calendar days and an estimated construction magnitude exceeding $10 million. Interested firms must submit a Capability Statement by May 2, 2025, to both Marissa E Lopez and Elidec (Ellie) Frias via email, providing detailed company information and relevant project experience.
56--Heater Replacement, Building 80
Buyer not available
Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVFACSYSCOM MID-ATLANTIC is seeking a total small business set-aside for the replacement of the heating system in Building 80. The project involves replacing outdated piping and unit heaters, as well as providing new or replacing existing fin tube radiation in various office spaces. The work will also include wiring and circuit breaker installation. The project is listed as a design build and the solicitation will include drawings, bid break down form, and Div 1 specifications. The place of performance is at Portsmouth Naval Shipyard in Kittery, ME.