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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    D-66 AND D-67 HOUSING ASSEMBLIES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    SOLE SOURCE – EVALUATION AND REPAIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking a sole source contractor for evaluation and repair services related to electrical and electronic equipment components. This procurement is justified under the notice type "Justification," indicating that the services are critical and may not be competitively bid. The work will take place in Crane, Indiana, and is essential for maintaining the operational readiness and reliability of the Navy's equipment. Interested parties can reach out to Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil for further details regarding this opportunity.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    NSA PANAMA CITY - FL - FREESTANDING JIB CRANE
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified 8(a) small businesses for the installation of a freestanding jib crane at Naval Support Activity Panama City in Florida. The project entails design, engineering, selective demolition, and construction to install a 10,000 lb rated jib crane, including structural analysis, foundation construction, and electrical system integration. This procurement is crucial for enhancing operational capabilities at the facility, and interested vendors must submit their capability statements by December 29, 2025, to Cheryl Wilson at cheryl.l.wilson77.civ@us.navy.mil, ensuring compliance with all submission requirements.
    SOLE SOURCE – SOFTWARE LICENSES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    Long Range Broad Agency Announcement (BAA) for NSWC Crane
    Dept Of Defense
    The Naval Surface Warfare Center Crane Division (NSWC Crane) is issuing a Long Range Broad Agency Announcement (BAA) seeking innovative research proposals to enhance national security across various technical capabilities. The BAA invites submissions related to ten key areas, including Electronic Warfare, Hypersonic Weapon Systems, and Advanced Electronics, with the goal of fostering revolutionary ideas and technology demonstrators that align with NSWC Crane's mission. Proposals can be submitted on a rolling basis until February 1, 2027, with multiple awards anticipated, funded through contracts, grants, cooperative agreements, or other transaction agreements. Interested parties can contact Scotland McKinzie at scotland.mckinzie@navy.mil or Michael Sprinkle at michael.s.sprinkle3.civ@us.navy.mil for further information.
    Hardwood Range WISS v5 Tower
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the construction and installation of two 80-foot towers at the Hardwood Range in Necedah, Wisconsin. This project aims to enhance the Target Area Surveillance and Safety System (TASSS) for the Weapons Impact Scoring Set (WISS) program, which is critical for improving surveillance, safety, and scoring accuracy during operations. The contract, estimated to be valued between $100,000 and $250,000, requires adherence to various industry standards and federal regulations, with a performance timeline of 120 calendar days following the notice to proceed. Interested small businesses must submit their proposals electronically by the specified deadline to Julian Garibay at julian.p.garibay.civ@us.navy.mil, ensuring they are registered in SAM and comply with all outlined requirements.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    Commercial and Institutional Building Construction
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial and institutional building construction services. This procurement aims to establish BPAs to facilitate the expeditious acquisition of various construction requirements in support of Naval operations, particularly in areas such as Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which will be awarded based on qualifications without a formal Request for Proposal. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.