NSWCPD - Bldg 77H Repair Pump Motor 1C
ID: N64498-25-R-4010Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

CONSTRUCTION OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES (Y1HB)

Set Aside

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

    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.

    Files
    Title
    Posted
    The document is an amendment to a federal solicitation, specifically modifying the contract associated with solicitation number N6449825R4010. The primary purpose of this amendment is to update the North American Industry Classification System (NAICS) code to 238220 and to revise the small business size standard from $22,000,000 to $19,000,000. Further modifications include updates to various representations and certifications, which define the eligibility and compliance requirements for potential contractors. Sections related to annual representations and certifications have been updated to reflect these changes and outline specific applicable provisions based on the modified NAICS code. The solicitation's amendment also highlights the necessary actions for offerors to acknowledge this modification, such as returning signed copies or indicating receipt in their responses. Overall, this document facilitates compliance in contracting while clarifying requirements for small businesses interested in participating in federal opportunities under the updated standards.
    The document presents a site map of the Naval Surface Warfare Center (NSWC) Philadelphia Division, specifically detailing the area surrounding Building 77H, where a project to repair Pump Motor 1C is planned. It includes a comprehensive layout of streets, including 16th Street, League Island Blvd, and South Broad Street, and key reference points like the Main Entrance and the Badge Office. The map aids in navigation through the site, showing proximity to significant structures and roadways, essential for contractors and personnel involved in the project. This information is pertinent for government solicitations associated with maintenance and facility upgrades at the NSWC, contributing to preparations for potential repairs or renovations as part of federal grants and local RFP processes. The document emphasizes logistical considerations that must be addressed during the upcoming work in compliance with regulatory requirements.
    The CURRENT BASE GUIDELINES document outlines procedures and requirements for contractors working with the Naval Surface Warfare Center Philadelphia Division (NSWCPD). It includes sections on accessing government facilities, submitting requests for portable electronic device (PED) usage, identification badge applications, lock-out/tag-out (LOTO) procedures, roll-up door access, and vehicle inspections. Each procedure highlights necessary forms, approval processes, and compliance with security standards. Key points include specifying how to submit PED requests via NSWCPD Form 5239/1, the documentation and photo requirements for SECNAV Form 5512/1 identification badges, and detailed steps for LOTO protocols to ensure safety during equipment maintenance. Additionally, it details vehicle inspection protocols that must occur before entering government property. The intent of these guidelines is to promote security, safety, and operational efficiency within government facilities, ensuring all contractor actions align with established protocols. The document serves as a critical resource for contractors to understand and adhere to the necessary compliance measures while working in sensitive governmental environments.
    The provided document details a purchase order issued by Nidec Motor Corporation to Peerless Pump Company for a 150 horsepower vertical centrifugal pump motor, model H445TPA. The motor specifications include essential parameters like the service factor of 1.15, premium efficiency of 95.4%, and operational features such as temperature rise management and vibration detection. It encompasses comprehensive technical data, including limitations on altitude, insulation class, torque details, and bearing specifications, ensuring compatibility for intended applications. The document emphasizes compliance with various standards and specifics on auxiliary components like conduit openings and lubricants. Additionally, it addresses concerns associated with using Variable Frequency Drives (VFDs) in motor operation, indicating potential risks such as voltage spikes and overheating. The importance of specialized insulation, grounding devices, and motor suitability for VFD applications is detailed to mitigate possible damage. Overall, the document serves as a technical guide for the manufacturing and operational parameters of the motor, catering to regulatory requirements expected in government-related procurement contexts. This aligns with federal and state procurement needs for reliable and safe motor solutions in industrial applications.
    This document pertains to the repair of Pump Motor 1C located in Building 77H. It outlines a Statement of Work (SOW) related to the maintenance and operational efficiency of the pump system. The scope includes reference to as-built documentation, providing context for the current state of the pump motor and guiding repairs. The emphasis is on ensuring that the repair work aligns with existing specifications and operational requirements. This repair initiative is part of broader maintenance and equipment efficiency efforts, adhering to federal standards and promoting optimal functionality of essential machinery in government facilities. The document serves as a technical foundation for contractors responding to the associated RFPs, focusing on compliance and execution of repair tasks.
    The document outlines the Past Performance Questionnaire required by the Naval Surface Warfare Center Philadelphia Division (NSWCPD) as part of its solicitation process for contractors. The questionnaire guides contractors in providing detailed information about their previous projects, including contract details, performance assessments, and compliance with contractual obligations. Specific sections require contractors to describe their roles, relate project relevance to the solicitation, and evaluate their performance against various criteria such as cost control, schedule adherence, mission requirements, quality, safety, and security. Each performance area is rated on a scale of 1 to 5, and contractors are encouraged to support their ratings with comments. The purpose of this questionnaire is to gather insights on contractors' past performances to inform the selection process for upcoming contracts, thereby ensuring effective project execution and government compliance. The document strictly emphasizes the contractor's responsibility to ensure timely submission of responses to designated government contacts.
    The document outlines a standard transmittal form used by contractors to request approval for shop drawings, equipment data, material samples, or compliance certificates within U.S. Army Corps of Engineers (USACE) contracts. It is structured in two sections: Section I for submitting requests and Section II for approval action. Contractors must initiate Section I, providing details such as project title, contract number, and item descriptions. The form requires clear identification of submittal types (e.g., shop drawings, product data) and any variances from contract specifications. The approval action involves a certification by the contractor and the approving authority, ensuring compliance with contract requirements. Key submittal action codes indicate the status of the request, ranging from approval to disapproval or required resubmission. The guidelines emphasize that items should be submitted sequentially, maintaining separate documentation for different specifications. All submissions are intended to ensure that projects adhere to contractual terms and quality standards, highlighting the importance of clear communication and compliance in government contracts and grants.
    The document appears to be an inaccessible PDF file, potentially a government request for proposals (RFP) or grant announcement. The content could not be directly reviewed or analyzed due to display issues. Generally, such documents serve to solicit bids or requests for funding from federal, state, or local agencies to address various needs within communities or specific sectors. They outline project goals, eligibility criteria, application processes, and funding availability. While the specific details are missing, these files typically emphasize transparency, competition, and the provision of public services. They are crucial for allowing governmental bodies to procure services or fund projects effectively, ensuring adherence to regulatory standards and best practices. Given the context of RFPs and federal grants, the document likely aims to encourage qualified entities to participate in initiatives that enhance community welfare or meet government objectives. For complete understanding and specifics, access to the original document would be necessary. This summary reflects the typical structure and function of government RFPs and grants, albeit without detailed information from the actual content.
    The NAVFAC 7300/31 form outlines the Contract Performance Statement and Schedule of Values related to roof repairs at Building 77L, located in the Philadelphia Navy Yard. This document serves as a structured table for contractors to report on the status of construction tasks, including quantities, unit costs, percentages of completion, and overall costs. Each item is listed with placeholders for performance measurements, previous periods, estimated costs for the current period, and balances to finish. Notably, all values are currently marked at zero, indicating no progress or financial commitment has been recorded to date. This form is essential for tracking and managing costs associated with the contract, ensuring transparency and accountability in federal contracting processes. The completion of this document is critical for evaluating project performance within the context of government-funded initiatives and compliance with federal contracting regulations. The form is intended for contractor input, while designated representatives from ROICC (Resident Officer in Charge of Construction) will utilize it for oversight and reporting.
    The document outlines the Activity Hazard Analysis (AHA) protocol required for contractors performing work under federal and state contracts. Its primary purpose is to assess and categorize risks associated with specific work tasks by using a Risk Assessment Code (RAC) matrix based on the probability of hazards occurring and their severity. Contractors must identify potential hazards, outline control measures, and document job steps involved, while ensuring that all personnel review and acknowledge the AHA before beginning work. The AHA includes a signature log for accountability, ensuring contractor compliance with safety standards. The document emphasizes that the government retains the right to require revisions to the AHA if it inadequately addresses hazards or site conditions. Regular reviews of the AHA at safety meetings are mandated, as is the updating of protocols whenever work procedures or hazards change. This systematic approach establishes a framework for identifying critical risks, thereby improving workplace safety and meeting regulatory requirements in contractor operations.
    The Contractor Lift Plan Entry Package is designed to ensure safe and compliant lift operations involving suspended loads in governmental projects. The document outlines the necessary information and certifications required from contractors, including equipment details, inspection dates, and compliance with OSHA, ASME, and NAVFAC regulations. Key components include verification of equipment qualifications, the designation of qualified personnel (Operators, Riggers, Lift Supervisors), and a comprehensive checklist to verify critical aspects before the lift operations commence. Additionally, it emphasizes the importance of documenting lift plans for routine and critical lifts, detailing parameters such as load weights, crane specifications, and environmental conditions that may affect operations. The certificate of compliance must confirm adherence to safety standards and certify that all personnel involved are trained for their specific roles. This structured approach safeguards against accidents, ensuring that all parties are aware of procedures and conditions under which operations may be halted. The overarching aim is to establish a formalized process for evaluating and conducting lifts, thereby enhancing safety and operational efficiency in federal contracting contexts.
    The Standard SOW Attachment (7) outlines a Mobile Construction Equipment Checklist, pertinent to federal and state/local government RFPs and grant applications. This document serves as a rigorous framework to ensure that all mobile construction equipment utilized in projects adheres to established safety, operational standards, and regulatory compliance. It is divided into two pages, detailing various categories of required equipment and their specifications, which must be met to secure funding or approval for construction projects. The checklist emphasizes the importance of thorough verification and documentation of equipment condition and functionality. This tool is critical for project managers and contractors, promoting accountability and efficiency in the use of government resources while safeguarding public safety and operational integrity in all construction initiatives. The overall purpose of the checklist is to streamline project execution and ensure that only qualified equipment is deployed in government-funded projects.
    The Contractor Production Report is a structured document used for monitoring construction activities and safety compliance under specific federal contracts. Key elements include daily weather conditions, work performed, contractor and superintendent details, total work hours, and safety incidents. Contractors must report on scheduled activities, any job safety meetings held, work hours related to specific trades, and any hazardous material incidents. Documentation of equipment and materials received on-site, as well as safety actions taken, is essential to ensure compliance with safety regulations. This report serves to track productivity, safety adherence, and regulatory compliance on the construction site, aligning with the oversight requirements typical of government RFPs and grants, thus ensuring accountability and transparency in federal contracting processes. The report format is designed for efficiency, requiring contractors to provide clear, organized data related to daily operations, facilitating oversight by government agencies.
    The document is a Contract Progress Report designed to assess and validate the progress of a contractor on a federal project. It outlines essential project details, including contractor and project identification information, the reporting period, and progress metrics related to work completion. The form enables the contractor to provide percentages for total work, work completed in the current period, and cumulative percentages, along with remarks on any relevant issues. A certification section is included for both the contractor and the government contracting officer to affirm the reported progress against contract specifications, facilitating potential progress payments according to contractual agreements. Overall, the report serves as a structured method for tracking contract milestones, ensuring accountability, and enabling financial transactions aligned with achieved progress.
    The Naval Surface Warfare Center Philadelphia has issued a solicitation for a construction project, specifically for the repair of a pump motor at Building 77H. This Request for Proposals (RFP) is set aside exclusively for small businesses, with an estimated contract value between $250,000 and $500,000, requiring performance and payment bonds. Proposals must be submitted by March 21, 2025, to be publicly opened at that time. Interested contractors should attend a mandatory site visit scheduled for early March, with requests for attendance due by February 27, 2025. Proposals must adhere to stringent formatting and submission requirements. Evaluation criteria include bonding, past performance, qualifications of key personnel, and price, with a focus on presenting the lowest priced technically acceptable offer. A valid NIST SP 800-171 DoD assessment is also required. This solicitation underscores the government’s commitment to fair competition and thorough evaluation while prioritizing compliance and contractor accountability throughout the bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.
    3573 HAYWARD Drydock
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Philadelphia office, is seeking qualified contractors for the 3573 Hayward Drydock project. This presolicitation opportunity is set aside for small businesses and involves shipbuilding and repairing services, categorized under NAICS code 336611 and PSC code J998 for non-nuclear ship repair. The procurement is crucial for maintaining and enhancing the operational capabilities of naval vessels, ensuring they are fit for service. Interested parties should reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details.
    43--PUMP, CENTRIFUGAL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of centrifugal pumps. This procurement is part of an Advanced Equipment Repair Program (AERP) and requires a firm-fixed price proposal that includes comprehensive repair costs for potentially damaged or incomplete materials, along with specific turnaround times for delivery. The centrifugal pumps are critical components used in various naval applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors must have a valid U.S. Security Clearance of CONFIDENTIAL or higher and are encouraged to contact Kathryn Shutt at 717-605-2430 or via email at KATHRYN.SHUTT@NAVY.MIL for further details. Proposals are due with specific delivery timelines set for 2026.
    Repair Pump House B1203
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the repair of Pump House B1203 located in Port Hueneme, California. This project falls under the category of commercial and institutional building construction, with a focus on the repair or alteration of miscellaneous buildings. The procurement is set aside for small businesses, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties should reach out to Ricardo Macias at ricardo.macias.3@us.af.mil or William Tucker at william.tucker.32@us.af.mil for further details regarding the presolicitation notice.
    DESIGN-BUILD NSWCPD PACKAGE 2 ? B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Design-Build NSWCPD Package 2, which includes critical repairs and upgrades at the Philadelphia Naval Yard Annex. The project encompasses emergency exit and egress pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is vital for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 10, 2025, with a site visit scheduled for February 20, 2025, and the contract completion expected within 400 calendar days post-award. Interested contractors can reach out to Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at small business vendors. This procurement encompasses a range of engineering services, including marine and mechanical engineering, fire-fighting and damage control systems, and incident analysis, all of which must comply with a detailed Performance Work Statement (PWS). The BPA, with a total ceiling price of $7,499,999.99, is critical for maintaining naval vessel readiness and effectiveness, allowing for services to be ordered over a five-year period. Interested parties must submit inquiries by February 19, 2025, and quote packages by February 28, 2025, with submissions directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    Maintenance & Repair of Screw Pumps
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking small business contractors for the maintenance and repair of industrial screw pumps at the Marine Corps Base Camp Lejeune Wastewater Treatment Facility. The procurement aims to identify qualified vendors capable of performing preventive maintenance, with a focus on facilitating a potential small business set-aside for eligible classifications such as 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Economically Disadvantaged businesses. This opportunity is crucial for ensuring the operational efficiency of sewage treatment facilities, which play a vital role in environmental management and public health. Interested parties must submit a one-page capability statement by March 3, 2025, and direct their responses to the designated government email, as phone inquiries are not permitted. For further information, contact Benjamin A. Bryan at benjamin.a.bryan.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking contractors for the repair and modification of centrifugal pump units. This procurement involves the maintenance and enhancement of power and hand pumps, which are critical components in various naval operations. Interested parties should reach out to Kathryn E. Shutt at (717) 605-2430 or via email at KATHRYN.SHUTT@NAVY.MIL for further details. The notice is currently in the presolicitation phase, and additional information regarding timelines and funding will be provided as the process progresses.
    43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking contractors for the repair and modification of centrifugal pump units. This procurement focuses on power and hand pumps, which are critical components in various military applications, ensuring operational readiness and efficiency. Interested parties can reach out to Kathryn E. Shutt at (717) 605-2430 or via email at KATHRYN.SHUTT@NAVY.MIL for further details regarding the presolicitation notice. Specific funding amounts and deadlines have not been disclosed in the overview.
    NSWCPD Bldg 1000 – Substations Ventilation and DDC Monitoring
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the installation of ventilation and Direct Digital Control (DDC) monitoring systems at Building 1000 in Philadelphia, Pennsylvania. The project aims to enhance the infrastructure of substations by installing remote power meters at fourteen locations, with an estimated contract value between $500,000 and $1 million. This initiative is critical for improving operational efficiency and safety standards within government facilities, ensuring compliance with federal regulations. Interested contractors must submit their proposals by the specified deadlines, and for further inquiries, they can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.