***Amendment***Removal of Storage, Flooring and Furniture
ID: N0018925Q175Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V129)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is soliciting proposals for the removal of high-density storage units, raised flooring, and old furniture from Building 108 at the Washington Navy Yard. The procurement aims to ensure the comprehensive removal, transportation, and disposal of these items, requiring contractors to provide a detailed removal plan and adhere to safety and environmental regulations. This contract is crucial for maintaining operational efficiency and compliance with federal standards, with a performance period set from April 21 to August 20, 2025. Interested contractors must submit their quotes by 2:00 PM EST on April 14, 2025, and can direct inquiries to Shere Reese or Cody Witz via their provided email addresses.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
The Naval History and Heritage Command (NHHC) has issued a Request for Proposal (RFP) for the removal of high-density storage units, raised flooring, and old furniture from the first floor of Building 108 at the Washington Navy Yard. The project encompasses the preparation, transportation, and disposal of remaining furniture, fixtures, and equipment. Potential contractors must demonstrate expertise in disassembling and removing office equipment and furniture, which includes comprehensive planning and compliance with security and safety regulations. The contractor is required to perform walkthrough inspections prior to beginning work, report any pre-existing damages, and ensure that all personnel have the necessary certifications for operating equipment. The contract is set for a two-month performance period, culminating in the contractor providing an inventory of disposed items and a final report detailing the relocation and safety plans. The solicitation is targeted at small businesses and emphasizes the importance of adhering to government regulations and safety standards. Interested parties must submit quotes electronically by 2:00 PM EST on April 7, 2025, along with the required documentation, including past project experience and price breakdowns. The award will be based on the most advantageous offers considering both price and technical capability.
Apr 10, 2025, 7:05 PM UTC
The document outlines a Request for Proposal (RFP) from the Naval History and Heritage Command (NHHC) seeking services for the removal of high-density storage units, raised flooring, and old furniture from the first floor of Building 108 at the Washington Navy Yard. The scope includes comprehensive removal, transportation, and disposal of items including storage units, office furniture, and miscellaneous equipment. Contractors must possess relevant expertise and adhere to regulations regarding security, safety, and environmental protection. Key requirements include providing a detailed removal plan, ensuring personnel are certified for equipment operation, and documenting existing conditions prior to work. The contractor is responsible for all logistics, including container provision for disposal and communication with NHHC throughout the process. A final inventory of disposed items and compliance with federal security standards are also mandated. The contract will be awarded based on technical acceptability and price, with a focus on executing the project efficiently and within a two-month performance period. Contractor submissions must follow specific guidelines, and the final award will consider both price analysis and technical qualifications, underscoring the federal commitment to competitive procurement processes.
Apr 10, 2025, 7:05 PM UTC
The document addresses the details surrounding a solicitation (N0018925Q0175) related to the removal of high-density storage units and raised flooring. Key points clarified include the non-necessity of a site visit, confirmation of the equipment type (metal shelving on tracks), and responsibility for disassembly tools. It is established that there is no incumbent contract as this is a new requirement. The period for performance is fixed from April 21 to August 20, 2025. Contractors are expected to operate during normal business hours, with provisions for equipment and utility needs outlined. Additional logistical considerations include access to power outlets, the capacity of the loading dock, and the absence of hazardous materials. Lastly, it emphasizes the contractor's responsibility for minimal damage during removal, a clean-up requirement post-removal, and payment structures that allow for either progress or completion payments. The document serves to guide bidders by providing essential operational parameters and clarifying the expectations for executing the contract.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
RELOCATION SERVICES (VA to MS)
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking qualified contractors to provide relocation services for Underwater Construction Team ONE (UCT-1) equipment from Virginia Beach, VA to Gulfport, MS. The contract will encompass disassembly, packing, transportation, and reassembly of various storage racks, lockers, and shelves, with work to be conducted during regular government hours and adhering to security protocols. This procurement is crucial for ensuring the safe and efficient relocation of essential equipment, with the project expected to commence in mid-May 2025 and conclude by late August 2025. Interested contractors, particularly small businesses, should submit their proposals by April 29, 2025, and may contact Sherell Brown at sherell.g.brown.civ@us.navy.mil for further information.
Building Supply
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
Command Reutilization and Disposal Services
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is conducting market research for Command Reutilization and Disposal Services to support operations at NAWCWD China Lake and Naval Base Ventura County. The procurement aims to identify responsible sources capable of providing reutilization and disposal services for excess government property, including non-consumables, consumables, and furniture, accumulated over the years. This initiative is crucial for efficient management and disposal of government assets, ensuring compliance with regulations and optimizing resource utilization. Interested firms must submit their capability statements and feedback on the draft Statement of Work by email to the designated contacts, Rachelle Todd and Shana Hwang, within 15 days of this notice, as no solicitation is currently available.
Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Pacific, is soliciting offers for a 10-year lease of approximately 748,235 square feet of administrative, warehouse, industrial, and laydown space at the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement aims to address the operational space requirements associated with the Shipyard Infrastructure Optimization Plan (SIOP), facilitating the Navy's modernization and expansion efforts during infrastructure upgrades. The leased space will support various operational functions and accommodate up to 867 personnel, ensuring seamless operations throughout the construction period. Interested offerors must submit their proposals by May 26, 2025, with pre-proposal inquiries due by May 2, 2025. For further information, contact Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com.
Shelving Unit Removal - Indianapolis Indiana
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for a non-personal services contract to remove shelving systems from two designated areas within the Emmett J Bean Federal Center in Indianapolis, Indiana. The contractor will be responsible for the complete tear-down, removal, and off-site disposal of both electrically powered and manually controlled shelving units, with a requirement to complete the work within ten business days of contract award. This project is critical for maintaining the operational efficiency of the facility and ensuring compliance with safety and disposal regulations. Interested parties must submit their quotes electronically by the specified deadline, and all inquiries should be directed to Cara Johnson at cara.j.johnson.civ@army.mil or Terry D. Phillips at terry.d.phillips6.civ@army.mil.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring, ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548 for further details.
FULTON GIBBS NUCLEAR LAB
Buyer not available
The Department of Transportation, through the Maritime Administration, is seeking qualified contractors to manage the removal and disposal of low-level radioactive materials from the Nuclear Lab located in the Fulton-Gibbs building at the U.S. Merchant Marine Academy in Kings Point, New York. Contractors must provide all necessary management, tools, supplies, equipment, and labor for the segregation, packing, transportation, and disposal of these materials, with project completion expected within five business days post-award. This procurement underscores the government's commitment to environmental safety and regulatory compliance in hazardous waste management, ensuring that all personnel involved are properly licensed and trained. Interested parties should submit their bids via email, adhering to the guidelines outlined in the RFQ, and can contact Carmen I. Feliz at FELIZC@USMMA.EDU or 516-726-6149 for further information.
Pentagon Classified Waste Destruction Facility (PCWDF) Operation, Maintenance and Repair Services
Buyer not available
The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for the operation, maintenance, and repair services of the Pentagon Classified Waste Destruction Facility (PCWDF). This Sources Sought Notice aims to identify potential contractors under NAICS code 562213, specifically those experienced in managing incinerators and ensuring compliance with Virginia's environmental regulations. The selected contractor will be responsible for routine operations, preventive maintenance, emergency repairs, and adherence to both original equipment manufacturer (OEM) standards and regulatory requirements, with the current contract expiring on August 31, 2025. Interested parties must submit their Capability Statements by May 1, 2025, at 2:00 p.m. Eastern time, and can contact Roya Sterner at roya.m.sterner.civ@mail.mil or Samra Yoseph at samra.y.yoseph.civ@mail.mil for further information.
AFRH Mechanical Yard Enclosure
Buyer not available
The Department of the Treasury, through the Bureau of the Fiscal Service, is seeking quotations for the installation of a Mechanical Yard Enclosure and repairs to a brick retaining wall at the Armed Forces Retirement Home (AFRH) campus in Washington, D.C. The project requires contractors to provide all necessary labor, materials, and equipment, ensuring compliance with applicable standards while preparing the site for utility penetrations, although actual utility connections are excluded from this contract. This procurement is vital for maintaining and improving facilities for retired armed forces personnel, reflecting the government's commitment to high-quality service delivery. Proposals must be submitted by 10:00 a.m. EST on May 16, 2025, with site visit requests and questions due by May 2, 2025, directed to the procurement office at purchasing@fiscal.treasury.gov.
Building 17W Loading Dock Slab Repairs
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified contractors to undertake repairs on the loading dock slab of Building 17W located in Bethesda, Maryland. The contractor will be responsible for all aspects of the project, including engineering design, construction, labor, and supervision necessary to address damage to the underside of the loading dock slab. This project is critical for maintaining the operational integrity of government-owned facilities, and the procurement is set as a competitive Total 8(a) set-aside, meaning only offers from 8(a) certified firms will be accepted. The anticipated solicitation number is N0016725R1002, with a projected release date of April 28, 2025, and the contract is expected to be a Firm Fixed Price type with a performance period concluding no later than September 30, 2025. Interested parties can contact Pamela Ganster at pamela.ganster1@navy.mil or Ronald Smiley at ronald.v.smiley.civ@us.navy.mil for further information.