B3330W Office Renovations
ID: N0016425Q0594Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the renovation of office spaces in Building B-3330W at Naval Support Activity Crane, Indiana. The project involves comprehensive construction activities, including the removal of existing flooring and furniture, installation of new drywall, HVAC systems, and office furniture, aimed at creating an improved workspace for a branch manager. This procurement is set aside for small businesses, with an estimated contract value between $100,000 and $250,000, and requires interested contractors to attend a mandatory site visit on April 9, 2025, with proposals due by April 18, 2025, at 4:00 PM Eastern Time. For further inquiries, potential bidders can contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 4:06 PM UTC
The Acquisition & Construction Management Branch outlines the Statement of Work (SOW) for constructing a new office and furnishing installation at Building 3330W, Naval Support Activity Crane, Indiana. This project involves extensive demolition, including removing existing flooring, wall sections, and furniture, followed by the installation of new materials such as drywall, carpet, and state-of-the-art Furniture, Fixtures & Equipment (FF&E). The renovation aims to create an improved workspace for a branch manager and enhance building conditions. Contractors must comply with federal and state regulations, complete quality control measures, and manage safety protocols throughout the construction process. Specific tasks include electrical adjustments, HVAC upgrades, and ensuring environmental standards are met. The timeline for contract completion is set for August 1, 2025. This SOW details deliverables, safety requirements, and management plans necessary for contractor adherence, ensuring successful project execution while prioritizing compliance and safety regulations.
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
The document outlines specific requirements and clarifications needed for a renovation project involving Rooms 132B, 132A, and 129. Key tasks include confirmation on door hardware specifications for Room 132B, HVAC work details for Rooms 132A and 129, and electrical outlet needs, indicating no new installations are required in these rooms. Additionally, it addresses the staging area protocols, project coordination with the building Point of Contact (POC), and specifies that existing paint samples are unavailable, requiring vendors to provide color samples post-award. It confirms the absence of flooring work in Room 129 and states that bonding is necessary for bids. Access for loading/unloading and defined working hours, along with the availability of a dock area, necessitate coordination with the building POC. Overall, the document serves as a comprehensive scope of work and outlines specific operational guidelines for contractors involved in the project, emphasizing coordination and compliance with established requirements.
Apr 16, 2025, 4:06 PM UTC
The document pertains to an amendment of a solicitation issued by a federal agency, detailing the process for acknowledging this amendment. It outlines that the deadline for the submission of offers may either be extended or not, and it emphasizes the requirement for offerors to acknowledge receipt of the amendment by specific methods such as returning copies of the amendment, acknowledgment on submitted offers, or through direct communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline could lead to rejection of offers. The amendment also includes sections for modifications of contracts, indicating whether administrative changes are being made and detailing the authority under which these modifications occur. The overall purpose of the document is to ensure clarity and compliance in the solicitation process while maintaining the integrity of existing contracts.
Apr 16, 2025, 4:06 PM UTC
The RFQ N0016425Q0594 seeks quotations for the construction and renovation of offices B-3330W Rooms 129 and 132 at the Naval Support Activity in Crane, Indiana. This procurement is set aside for small businesses, with an expected project magnitude between $100,000 and $250,000. The scope includes construction activities such as removing existing flooring and furniture, installing new drywall and HVAC components, and procuring and installing office furniture. A site visit is mandatory on April 9, 2025, for interested bidders. Questions regarding the RFQ must be submitted by April 11, 2025. Evaluations will prioritize technical capability, past performance, schedule, and price. The project is subject to specific wage rate requirements under federal law. Detailed submission instructions, along with required certifications and documentation, are highlighted for compliance and project delivery to ensure quality control and environment standards during the renovation process. This RFQ exemplifies the government's commitment to improving workspace conditions while fostering small business opportunities within federal contracts.
Apr 16, 2025, 4:06 PM UTC
The document outlines the DD Form 1423-1, which serves as a Contract Data Requirements List (CDRL) used by the Department of Defense. The form facilitates the collection and submission of essential data items related to various contracts and projects. It estimates a public reporting burden of approximately 110 hours for completing the form, emphasizing the requirement for electronic submissions compatible with Microsoft Office 2007 or later. Key sections include contractor information, data item titles and subtitles, submission frequencies, and distribution requirements. Each data item, such as the Contractor's Personnel Roster and various technical and safety reports, requires detailed specifications and compliance with established formats or guidelines. This documentation is crucial for governing project management, ensuring accountability, and meeting federal and state RFP requirements. The form showcases the importance of efficient data management and regulatory compliance in government contracting processes. Overall, it emphasizes structured communication between contractors and government entities to uphold contractual obligations.
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
The Statement of Work (SOW) outlines a comprehensive plan for the construction and furnishing of new office spaces in Building 3330W at Naval Support Activity (NSA) Crane, Indiana. The project involves the demolition of existing structures, installation of new walls, lighting, and HVAC systems, procurement, and installation of new furniture, fixtures, and equipment (FF&E) in designated rooms. Construction standards ensure compliance with federal and state regulations, emphasizing safety, quality control, and environmental impact. The contractor is required to manage labor, materials, and equipment while adhering to a defined Quality Control Plan. Detailed specifications include floor, wall, and ceiling adjustments, electrical system alterations, and space optimization for improved functionality. Coordination with government personnel is necessary for security clearance, as all contractors must comply with safety regulations and protocols related to hazardous materials. The overall goal is to create a modern and efficient workspace for NSA personnel by 1 August 2025, enhancing operational productivity and meeting current standards. This document serves as an essential guideline for potential contractors, detailing specific requirements and compliance measures needed for successful project execution.
Apr 16, 2025, 4:06 PM UTC
The document details General Decision Number IN20250008, effective January 3, 2025, regarding building construction projects in Daviess and Martin Counties, Indiana. It outlines wage determination under the Davis-Bacon Act, requiring contractors to pay minimum wages in accordance with Executive Orders 14026 and 13658. For contracts enacted after January 30, 2022, a minimum wage of $17.75 per hour is mandated. Conversely, contracts awarded between January 1, 2015, and January 29, 2022, must comply with a minimum wage of $13.30 per hour if not extended post-January 30, 2022. The document includes detailed wage rates and fringe benefits for various worker classifications, such as bricklayers, electricians, and laborers, signaling the importance of equitable compensation for laborers involved in covered construction projects. Additionally, provisions for paid sick leave per Executive Order 13706 are noted. The summary suggests a clear purpose: to inform contractors of their wage obligations and worker protections under federal law for construction projects, facilitating compliance within the framework of federal grants and RFPs.
Lifecycle
Title
Type
B3330W Office Renovations
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.
MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) – NSWC Crane
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for a Multiple Award Construction Contract (MACC) to support various construction projects in Indiana. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract has an estimated total value of up to $48.7 million, with a minimum firm-fixed-price of $500 for awarded contracts, and emphasizes the importance of small business participation, targeting at least 40% of subcontracted dollars to small businesses. Offerors must demonstrate their technical capabilities, management approaches, and past performance while adhering to specific proposal formatting and content guidelines. Interested parties should contact Aaron Hohl at aaron.m.hohl.civ@us.navy.mil for further details and ensure they are registered in the necessary government systems to participate in this competitive procurement process.
NSWCCD Bldg. 2. Room B128. B128A, B132, B132A and B132B, REPAIR and FF&E PROJECT
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified contractors for a renovation project at Building 2, specifically in Rooms B128, B128A, B132, B132A, and B132B in Bethesda, Maryland. The project involves the complete renovation of approximately 1,261 square feet of office space to ensure it is fully functional and compliant with applicable codes, ready for occupancy. This opportunity is part of an 8(a) set-aside program, aimed at supporting small businesses, and the contract will be awarded as a Firm Fixed Price (FFP) with a performance period concluding no later than September 30, 2025. Interested contractors can expect the Request for Proposal (RFP) to be released on April 30, 2025, and should direct inquiries to Shelby B. O'Neill at shelby.b.oneill.civ@us.navy.mil or Ronald Smiley at ronald.v.smiley.civ@us.navy.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.
Replace Restroom Doors
Buyer not available
The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of two restroom doors and frames, along with necessary repairs to damaged drywall and painting to match existing colors. This project is critical for maintaining the facility's operational integrity and ensuring compliance with safety and quality standards. The contract, which is set aside exclusively for small businesses, is anticipated to be awarded as a firm fixed-price agreement, with an estimated value between $15,000 and $50,000. Interested contractors must submit their proposals electronically by the specified deadline and ensure they are registered in the System for Award Management (SAM). For inquiries, potential bidders can contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or James Wasson at james.k.wasson.civ@us.navy.mil.
STEELCASE Project Alpha Furniture
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the "STEELCASE Project Alpha Furniture," which involves the procurement and installation of various office furniture items. The project aims to modernize workspace environments by providing high-quality office furnishings, including height-adjustable desks, ergonomic seating, and storage solutions, while adhering to specific installation guidelines that prohibit wall attachments without consent. This procurement is significant for enhancing operational efficiency and comfort in federal facilities, with a total small business set-aside to encourage participation from eligible vendors. Interested parties must submit their quotations electronically by May 2, 2025, and can direct inquiries to Steve Cortes or Graham M Conlon via the provided email addresses.
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels, installation of new stainless steel or marine-grade aluminum panels, and adherence to safety and environmental compliance standards. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and is expected to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals by May 2, 2025, with inquiries directed to Michelle Farrales or James Wasson via email.
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.
Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project, identified by solicitation number N4008525R2602, involves a Design-Build/Design-Bid-Build approach and is projected to cost between $500,000 and $1,000,000, with a completion timeline of 270 calendar days from the task order award. This initiative is part of a broader effort to maintain and modernize military infrastructure, ensuring compliance with federal regulations and safety standards. Interested contractors must submit their proposals by May 1, 2025, and can obtain further details by contacting Oteria Bullock at oteria.bullock@navy.mil or Katherine Dinneen at katherine.dinneen@navy.mil.