SMALL BUSINESS SET-ASIDE – CONSTRUCTION/RENOVATION OF FACILITY/3330N
ID: N0016425Q0606Type: 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 a construction and renovation project at Building 3330N in Crane, Indiana, specifically designated as a Small Business Set-Aside. The project entails comprehensive renovations, including the removal of existing flooring and wall sections, installation of a bullet-resistant transaction window, and various electrical and lighting modifications to enhance safety and operational efficiency. This procurement is crucial for maintaining secure facilities and improving visitor processing, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit their offers via email to Kacey Jones by May 9, 2025, at 4:00 PM EST, and are required to be registered in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a federal solicitation, extending the deadline for receipt of offers while requiring acknowledgment of this amendment by bidders. It specifies the consequences of failing to acknowledge receipt before the designated time. Additionally, it provides procedures for altering submitted offers, such as through letters or electronic communication referencing the solicitation number. The amendment also includes sections for contract modifications, indicating any administrative changes needed. The primary purpose is to communicate updates to potential contractors for a specific procurement, ensuring clarity and adherence to established processes. All original terms not modified by the amendment remain in effect. This document is part of the standard contractual framework, ensuring compliance with regulations during the bidding process and contract management.
    The RFQ highlights design requirements for a project, noting that while typically requiring multiple design submittals over a six-month period, this project deviates by only permitting a single approval process with a five-day review. Offerors are expected to provide line drawings illustrating the proposed installation of fire suppression and lighting systems, which can use the provided floorplan. Additionally, the document specifies that a new window must adhere to the fire resistance rating of the existing wall, and its height must be no less than three feet. This RFQ underscores the importance of efficient design submission and compliance with safety standards in the construction process, indicating a streamlined approach due to the restricted contracting period.
    The document pertains to amendments of federal government solicitations and outlines the procedures for acknowledging these amendments. It specifies that offers submitted in response to the solicitation must include acknowledgment of any amendments prior to the specified deadline. The amendment extends or does not extend the time for submitting offers and outlines methods for acknowledgment, such as returning signed copies of the amendment or communicating electronically. Crucially, the document details the consequences of failing to acknowledge amendments, potentially resulting in offer rejection. It also includes sections for modifying existing contracts, clarifying that terms remain unchanged unless specified otherwise. Overall, the document serves as a formal amendment to solicitations, ensuring compliance and clarity in the bidding process for government contracts.
    The Request for Quotation (RFQ) N0016425Q06060001 seeks vendors to provide comprehensive renovation services for the front entrance of Building 3330N at Naval Support Activity (NSA) Crane, Indiana. The project encompasses management, labor, materials, and equipment for tasks such as removing existing flooring, installing a bullet-resistant transaction window, relocating utilities, and enhancing safety measures for security personnel. This procurement is a 100% small business set-aside, with a project value estimated between $100,000 and $250,000. A site visit is scheduled for April 30, 2025, while quotations are due by May 9, 2025. Evaluation criteria prioritize technical capability, past performance, schedule adherence, and price. Contractors must also provide various reports and plans related to health and safety, waste management, and construction quality. The contract requires strict adherence to specified labor wage laws and includes details about inspection and acceptance locations with specific points of contact. Overall, this RFQ facilitates critical enhancements at a government facility, underscoring the federal commitment to security and operational efficiency.
    The document is an analysis of government RFPs, federal grants, and state/local RFPs, addressing their essential functions and implications for stakeholders. It emphasizes the importance of these procurement processes in facilitating the allocation of funds for public projects and services. The primary focus includes the objectives of transparency and competition, ensuring that resources are effectively utilized to meet community needs. Key points include the structured process of issuing RFPs, the evaluation criteria for selecting proposals, and the compliance requirements for applicants. It also discusses the role of grants in fostering innovation and supporting specific initiatives, enhancing service delivery across sectors such as education, healthcare, and infrastructure. The document outlines the potential impact of these opportunities on local economies, driving growth through job creation and community development. Furthermore, it highlights the significance of adhering to guidelines to secure funding and the collaborative efforts needed among various governmental entities to optimize outcomes. Overall, this analysis serves as a comprehensive overview of the procedural and strategic elements involved in governmental funding mechanisms.
    The document outlines the proposed layout for the Entryway Renovations Project B-3330N, focusing on Rooms N001 and N002. The renovations aim to improve aesthetic and functional aspects of the specified entryway within a government facility. Key components include reconfiguration of space to enhance accessibility, updating finishes, and possibly incorporating new materials to ensure compliance with modern building standards. This project is likely in response to an RFP focused on facility upgrades, with attention to optimizing the visitor experience while maintaining structural integrity. The report emphasizes careful planning and execution, aligning with federal guidelines for such renovations to enhance operational efficiency and user satisfaction within government buildings.
    The Statement of Work (SOW) outlines necessary renovations for Rooms N001 and N002 of Building 3330N at Naval Support Activity Crane, Indiana. The project includes demolishing existing flooring and wall sections, relocating power outlets, installing a bullet-resistant transaction window, and applying new epoxy flooring. The effort aims to enhance safety for security personnel and improve visitor processing efficiency. Contractor responsibilities encompass adhering to federal and state building codes, providing detailed build drawings, and ensuring waste management and environmental compliance, including the prohibition of asbestos-containing materials. Quality control measures include regular inspections and the establishment of a robust safety plan. Key deliverables include construction schedules, safety analyses, and waste management documentation. A completion deadline is set for August 1, 2025, emphasizing the importance of coordination and adherence to regulations throughout the project. This SOW facilitates the government’s commitment to maintaining secure, functional facilities while ensuring compliance with stringent safety and operational standards.
    The Naval Surface Warfare Center (NSWC) Crane has issued a Small Business Set-Aside Request for Proposal (RFP) numbered N00164-25-Q-0606, concerning a construction and renovation project at its facility in Crane, Indiana. The project involves comprehensive alterations, including the removal and disposal of existing flooring and wall sections, installation of a bullet-resistant window, ceiling adjustments, electrical modifications, and new flooring and lighting installations. Full details are outlined in the attached Statement of Work. This procurement emphasizes participation from small businesses and requires contractors to be registered in the System for Award Management (SAM). Interested vendors are responsible for monitoring the SAM website for any amendments to the solicitation prior to the closing date of May 9, 2025, at 4:00 PM EST. Offers must be submitted via email, and any changes post-closing will be communicated only to those who submitted a quote. This RFP exemplifies the federal government’s efforts to engage small businesses in significant construction projects while adhering to regulatory requirements.
    The document outlines wage determinations for building construction projects in Daviess and Martin Counties, Indiana, governed by the Davis-Bacon Act. It specifies minimum wage rates based on federal executive orders, highlighting distinctions between contracts awarded before and after January 30, 2022. For contracts in 2025, wages must meet at least $17.75 per hour for new contracts or $13.30 for those awarded between 2015 and 2022, unless higher rates are listed in the determination. It lists applicable trades, their wage rates, and fringe benefits, including Bricklayers ($36.24), Electricians ($43.51), and Laborers ($26.88-$27.12). The document also emphasizes the requirement for paid sick leave under Executive Order 13706 and outlines processes for appealing wage determinations. Overall, this wage determination provides essential information to contractors and workers for adherence to labor laws during federally funded construction projects, ensuring fair compensation and compliance with labor standards in Indiana.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. The contract encompasses a wide range of repair and upgrade tasks, including concrete work, installation and repair of doors, waterproofing, and miscellaneous repairs related to ammunition storage facilities. This contract is crucial for maintaining the operational integrity of the Crane Army Ammunition Activity and Navy Storage Magazines, with a total potential value of up to $45 million over a maximum term of 60 months. Interested small businesses are encouraged to contact Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further details, with a guaranteed minimum task order of $2,500 to be issued upon award.
    Oven and Fume Hood
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor to install roof penetrations, roof curbs, vent pipes, and electrical power for ovens and fume hoods in Building B330C, Room 305, as part of the Oven & Fume Hood Exhaust project. The procurement involves comprehensive services including design, material supply, labor, transportation, and supervision, with a focus on ensuring compliance with federal regulations and safety standards. This project is critical for maintaining operational efficiency and safety in the facility's kitchen and laboratory environments. Interested vendors must submit their capability statements by December 19, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Kelli Covert at kelli.d.covert.civ@us.navy.mil or by phone at 812-854-0000.
    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.
    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.
    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.
    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.
    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.
    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.
    Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is categorized as a Competitive 8(a) set-aside, aimed at enhancing facilities critical for maintenance operations, and will require compliance with specific security protocols as outlined in NIST SP 800-171A. The bid opening has been extended to December 5, 2025, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not materialize.