Construction - B1320 Second Floor Alterations
ID: N6660425Q0173Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation N6660425Q0173 is for alterations to the second floor of Building B1320 at the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island. Proposals are due by February 25, 2025. The contract is set aside exclusively for small businesses and is estimated to be between $25,000 and $100,000. A mandatory site visit is scheduled for February 18, 2024, requiring pre-registration and valid visit requests. All bidders must be registered in the System for Award Management (SAM) and must submit technical information with their proposals to avoid exclusion. Contractors are expected to begin work within 10 days of award and complete it within 90 days. They are required to furnish performance and payment bonds. The bid requires compliance with various regulatory standards, including safety, insurance requirements, and electronic payment processing through Wide Area Workflow (WAWF). The project reflects the government’s commitment to enhancing infrastructure through small business participation while ensuring adherence to strict requirements concerning safety, performance, and compliance with federal regulations.
    This document is an amendment to solicitation N6660425Q0173 issued by the Naval Undersea Warfare Center (NUWC), which outlines changes to terms related to a contract. The main amendment corrects an administrative error regarding site visit instructions, now scheduled for February 18, 2025, at 1:00 PM EST. The visit, classified as unclassified, will not allow questions during the tour; inquiries can be directed to Michael Ouellette via email. All attendees must pre-register and receive an approved Visit Request, as access to NUWC will not be granted without this authorization. Comprehensive visitor requirements are detailed, emphasizing the importance of a valid visit request and proper identification. The amendment ensures participants understand access protocols and deadlines, reflecting the document's aim to maintain security while facilitating the solicitation process. All other terms and conditions of the original solicitation remain unchanged.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Buyer not available
    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.
    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.
    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.
    Bldg 1051 Repair Cracks and Floor Coating
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is soliciting proposals for the repair of cracks and application of floor coating in Building 1051 at Naval Base Kitsap in Keyport, Washington. The project requires a firm-fixed-price construction commitment, with tasks including grinding existing flooring, patching concrete cracks, and applying a new epoxy coating, all within a budget estimated between $100,000 and $250,000. This initiative is a total small business set-aside, emphasizing the importance of compliance with federal, state, and local regulations, as well as adherence to safety and environmental standards. Interested contractors must submit their proposals, including technical capabilities and past performance references, to Michelle Farrales at michelle.a.farrales.civ@us.navy.mil by the specified deadline.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Naval Undersea Warfare Center (NUWC) Division Keyport, under the Department of Defense, is issuing a special notice regarding its SeaPort/Service Contract Forecast, focusing on various engineering and support services. The procurement encompasses a range of requirements primarily categorized under NAICS Code 541330, including acoustic trial sustainment, business support, engineering services, information technology support, and property accountability services, with operations spanning locations such as Florida, Hawaii, Guam, and Japan. These services are crucial for supporting naval operations and logistics, with many contracts nearing expiration and anticipated follow-on RFPs indicating forthcoming opportunities for bidders, particularly those from small disadvantaged and veteran-owned businesses. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the repair of Pump Motor 1C located in Building 77H, with a contract value estimated between $250,000 and $500,000. This project is set aside exclusively for small businesses and requires adherence to stringent safety and operational standards, as outlined in various supporting documents, including a Mobile Construction Equipment Checklist and Activity Hazard Analysis protocols. The successful contractor will be responsible for ensuring compliance with federal regulations while executing the repair work, which is critical for maintaining operational efficiency in government facilities. Proposals must be submitted by March 21, 2025, following a mandatory site visit in early March, and interested parties can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil for further details.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.