Construction- Building 1171 Sump Pump Emergency Generator
ID: N6660424Q0644Type: 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

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the construction of a sump pump emergency generator at Building 1171 in Newport, Rhode Island. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $25,000 and $100,000, and requires contractors to provide all necessary materials, labor, and supervision for the installation, while the government will supply the generator and transfer switch. Interested contractors must submit their proposals by September 11, 2024, following a mandatory site visit on August 28, 2024, and are required to comply with federal wage standards as outlined in the Davis-Bacon Act, with the latest wage determination effective August 23, 2024. For further inquiries, interested parties can contact Jay Parker at jay.a.parker2.civ@us.navy.mil or Michael Ouellette at michael.n.ouellette.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the General Decision Number RI20240001 regarding prevailing wage rates for construction projects in Rhode Island, effective August 23, 2024. It encompasses building, heavy, marine, and highway construction types across the state. The document highlights the application of the Davis-Bacon Act and relevant Executive Orders mandating minimum wage rates for workers on federal contracts. Rates are specified based on types of labor, including hazardous material handlers, boilermakers, electricians, and various classifications of laborers and equipment operators, accompanied by fringe benefit provisions. It details minimum hourly wages, which vary depending on the contract award date and specific work classifications. Key points include the annual adjustment of wage rates, contractor obligations for worker protections, and comprehensive classifications with corresponding wages and fringe benefits. Additionally, the document explains the appeals process for wage determinations, providing steps for interested parties to contest wage rates or classifications. This framework is vital for RFPs and grants in ensuring fair labor standards and compliance with federal regulations in state construction projects.
    The document outlines the Request for Proposal (RFP) for the construction of a sump pump emergency generator at Building 1171, with a submission deadline of September 11, 2024. The project is designated as a 100% Small Business Set-Aside under NAICS 236220, with an estimated value between $25,000 and $100,000. A mandatory site visit is scheduled for August 28, 2024, to familiarize potential contractors with the requirements, emphasizing safety and security protocols for visitors. Key contractor responsibilities include providing all necessary materials, labor, and supervision for the project, specifically noted as a fixed-price contract. The government will supply the generator and transfer switch. The project must start within 10 calendar days of award and be completed within 120 calendar days. Compliance with safety documentation and training requirements is mandatory for contractor personnel. Payment will be processed electronically through Wide Area Workflow (WAWF). The document stresses that offerors who fail to submit the required technical information risk exclusion from consideration, highlighting the importance of detailed comprehension of project specifications for successful bids. This RFP reflects the government's commitment to engaging small businesses while ensuring compliance with federal guidelines for construction contracts.
    The document is an amendment to a solicitation for contract N6660424Q0644 by the Naval Undersea Warfare Center. The amendment consists of modifications primarily concerning the revision of Attachment 2 related to wage determinations under the Davis-Bacon Act. Specifically, the outdated wage determination dated July 12, 2024, has been replaced with the current determination dated August 23, 2024. This update is critical for adherence to federal wage standards in applicable contracts. Additionally, instructions for site visits have been removed, and the Table of Contents reflecting attachment titles and relevant dates has been updated. The amendment aims to clarify these changes while confirming that all other terms and conditions of the original solicitation remain in effect. Interest parties must acknowledge receipt of the amendment to ensure compliance. Overall, the amendment emphasizes the government's ongoing commitment to transparency and proper contract administration in the execution of federally funded projects.
    The file contains a comprehensive wage determination for construction projects in Rhode Island, effective from various dates between 2021 and 2024. It establishes prevailing wage rates and work rules for different construction classifications, including carpenters, laborers, operators, and plumbers, across building, heavy, and highway construction sectors. The wage rates are segmented into groups based on skill levels and specific job roles. Holiday pay, paid time off, and bonus provisions are outlined, along with provisions for hazardous material handling and overtime work. The document also details the appeals process for challenging wage decisions. Overall, it serves as a crucial reference for ensuring fair wage practices and fostering transparency in construction contracting within the state.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NUWCDIVNPT Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice issued by the Department of Defense, Department of the Navy, NUWC DIV Newport, for a Multiple Award Construction Contract (MACC) in Newport, RI. The MACC will have a total contract period of five years and will include various projects such as roofing, renovations, HVAC, painting, paving, low impact development, environmental/hazardous material abatement, and concrete/foundation work. The contractor will be responsible for providing management, labor, materials, equipment, transportation, supervision, and security controls for maintenance, repair, and minor construction projects at NUWCDIVNPT. The estimated contract value is over $10,000,000. The procurement is a 100% small business set-aside, and the NAICS code is 236220. The RFP is expected to be released in December 2023. Potential offerors must be registered in SAM to be eligible for award. Contact information for inquiries is provided.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Rhode Island. The procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on the management and maintenance of facilities, installed equipment, and systems within the complex. This contract, structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity, includes a base year and four optional years, emphasizing compliance with federal regulations and quality control measures. Proposals are due by October 8, 2024, and interested parties should direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.
    Topside Diesel Rental- Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the rental of a topside diesel generator to support submarine docking operations. The rental period is set from February 10, 2025, to March 24, 2025, with an option for extension until April 8, 2025, and the procurement is designated as a total small business set-aside. This generator is crucial for ensuring operational efficiency during docking procedures, and vendors must comply with environmental regulations and provide detailed specifications in their proposals. Interested parties must submit their quotes by September 30, 2024, and can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or call 207-438-1358 for further information.
    PUMP, DEWATERING
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is seeking qualified vendors to submit offers for the procurement of four Prosser 9-50134-03 submersible dewatering pumps, each with a 5.0 HP capacity and a 50-foot waterproof cord. This solicitation, identified by number SPMYM4-24-Q-4250G260, emphasizes the importance of prompt delivery to a designated military facility in Hawaii, adhering to the Federal Acquisition Regulation (FAR) guidelines for commercial items and simplified acquisition procedures. Interested small business vendors must submit their quotes by 11:00 AM Hawaii Standard Time on September 19, 2024, and can direct inquiries to Jaynai L. Aldeguer at jaynai.l.aldeguer.civ@us.navy.mil or by phone at 808-473-8000 ext. 4186.
    Umbilical Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWCDIVNPT), is seeking small businesses to provide 23 new umbilical cables as part of a combined synopsis and solicitation (RFQ N66604-24-Q-0794). The procurement includes a non-separately priced Contract Data Requirements List (CDRL) and requires compliance with specifications outlined in the Government's Technical Data Package (TDP), which is accessible only to Department of Defense contractors with Joint Certification Program (JCP) registration. The cables are critical for communication equipment, and delivery is expected within 20 weeks after contract award to Naval Station Newport, Rhode Island. Quotes must be submitted by 14:00 EST on September 23, 2024, and interested parties can reach out to Mekenzie Marois at mekenzie.l.marois.civ@us.navy.mil for further inquiries.
    Removal and Installation of Uninterrupted Power Supplies (UPS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for the removal and installation of Uninterruptible Power Supplies (UPS) at Camp Lejeune, North Carolina. The procurement involves the acquisition of three Eaton UPS systems (Model 9PXM12S20K) along with installation and startup services, aimed at replacing outdated systems to support critical telecommunications for Marine Corps Installations East. This initiative is vital for ensuring operational continuity and compatibility with existing infrastructure, as the selected equipment is essential for standardization and maintenance efficiency. Interested small businesses must submit their proposals, including a technical capability statement and pricing, by 10:00 AM on September 19, 2024, with inquiries directed to Robert Anderson at robert.anderson@usmc.mil or by phone at 910-451-3011.
    Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
    Active
    Dept Of Defense
    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.
    Lift Station Pump - Offutt AFB, NE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a new lift station pump and motor at Offutt Air Force Base in Nebraska. The project aims to replace an existing pump with a new submersible sewage type unit that meets specific electrical and performance standards, including a power capacity of 25 horsepower and a maximum flow rate of 151 gallons per minute at a 105-foot head. This procurement is critical for maintaining efficient sewage management systems at the base, ensuring reliable infrastructure for operational needs. Interested contractors must submit their price quotations and technical proposals by September 23, 2024, and direct any inquiries by September 18, 2024, to the primary contact, Gustavo Davila, at gustavo.davila@us.af.mil or by phone at 402-232-0208.
    Generator
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Fleet Logistics Center Norfolk, has issued a special notice regarding the urgent procurement of replacement generators for naval crafts, specifically the NORTHERN LIGHTS model M673L3G. This acquisition is critical due to the obsolescence of existing generators, which jeopardizes operational capabilities for Humanitarian Assistance Disaster Relief (HADR) and Joint Logistics Over-the-Shore (JLOTS) missions, particularly affecting operations in Gaza. The urgency of this procurement is underscored by the need for prompt delivery to ensure continued operational autonomy, with a contract awarded to Western Branch Diesel, LLC for $38,877.00 on September 10, 2024. For further inquiries, interested parties may contact Contract Specialist Tito Getalla at titogerardo.m.getalla.civ@us.navy.mil or by phone at 757-652-6781.
    NEC-Gregg-Adams Uninterrupted Power Supply (UPS) and Generator Maintenace and Emergency Call Servies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Uninterrupted Power Supply (UPS) and Generator Maintenance Services for the Network Enterprise Center (NEC) at Fort Gregg-Adams, Virginia. The procurement aims to ensure the maintenance and emergency repair of mission-critical equipment, including various generators and UPS systems, to uphold operational efficiency and emergency preparedness. This contract, set aside entirely for small businesses under NAICS code 561210, has a total funding ceiling of $47 million and includes a base year with two optional years for continued service. Interested vendors must submit their proposals via email by 3:00 P.M. Eastern Time on September 19, 2024, and direct any questions to the Contract Specialist, Marie McFadden, at marie.a.mcfadden.civ@army.mil.