REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) – Construction MAC
ID: N0016424SNC28Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Nonresidential Building ConstructionT (2362)

PSC

MAINTENANCE OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES (Z1HB)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is conducting a Request for Information (RFI) to identify potential vendors for a Multiple Award Construction Contract (MACC) focused on maintenance, sustainment, upgrades, remodeling, and minor construction projects at NSWC Crane and the Lake Glendora Test Facility. The procurement aims to gather insights on the capabilities of contractors to manage comprehensive construction services, including site surveys, hazardous materials management, and adherence to safety and environmental regulations, while ensuring compliance with applicable codes and standards. Interested vendors, both large and small, are encouraged to submit capability statements detailing their relevant experience and qualifications by October 11, 2024, to Aaron Hohl at aaron.m.hohl.civ@us.navy.mil. This RFI is not a solicitation for proposals, and no contract will be awarded from this announcement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for a Design Build/Design Bid Build Multiple Award Construction Contract (MACC) under the Naval Surface Warfare Center (NSWC) Crane Division. The contractor is tasked with comprehensive construction services, including new building construction, renovations, and various structural repairs, while ensuring safety and environmental compliance. Anticipated projects may run concurrently and necessitate detailed planning, permits, and adherence to regulations. The contractor must conduct site surveys, manage hazardous materials, and provide quality control, including daily project status reports and accident prevention plans. Safety measures, including training and proper equipment usage, must be strictly enforced. Collaboration with and coordination among multiple disciplines is required, ensuring compliance with the Unified Facilities Criteria and local codes. Key deliverables include as-built documentation, a Waste Management Plan, and a Warranty Management Plan, among others. The integrity of the contractor's relationship with design firms is emphasized, alongside the necessity of maintaining proper identification and security protocols for personnel accessing government sites. Overall, the SOW articulates a structured approach to address construction needs while prioritizing compliance, safety, and quality assurance.
    Lifecycle
    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.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide mechanical refurbishment and replacement services for the AN/SLQ-32(V)6 antenna shelter structures. The procurement involves disassembly, abrasive blasting, coating, reassembly, and production of aluminum shelter structures, with a tiered approach for varying levels of refurbishment. This contract is crucial for maintaining the operational readiness of naval equipment, and the government anticipates awarding a single five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum of one and a maximum of 125 shelter sets over its duration. Interested parties should note that the solicitation will be issued on November 18, 2024, with a closing date of December 17, 2024, at 4:00 PM EDT, and can direct inquiries to Clayton Raber at clayton.l.raber.civ@us.navy.mil or by phone at 812-381-3553.
    Northwestern Division Crane MATOC
    Active
    Dept Of Defense
    The U.S. Army Engineer District Walla Walla, part of the Department of Defense, is conducting market research regarding the potential use of Project Labor Agreements (PLAs) for large-scale construction task orders under the Northwestern Division Crane Multiple Award Task Order Contract. This initiative aims to gather information on the feasibility and effectiveness of PLAs for projects exceeding $35 million, specifically focusing on the replacement of crane and hoist equipment at federal facilities across multiple states, including Kansas, Missouri, and Colorado. The scope of work may involve various types of cranes and hoists, along with incidental services such as hazardous material removal and load testing. Interested parties are encouraged to submit their responses by October 7, 2024, to the designated contacts, David Boone and Chandra D. Crow, via email or mail, as this notice does not constitute a commitment by the government nor will it incur any costs for the information provided.
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.
    Long Range Broad Agency Announcement (BAA) for NSWC Crane
    Active
    Dept Of Defense
    The Naval Surface Warfare Center Crane Division (NSWC Crane) has issued a Broad Agency Announcement (BAA) under the CFDA number 12.335, seeking innovative research and technology solutions from various sources, including academia, industry, and research institutions. The BAA aims to enhance NSWC Crane's capabilities in multiple domains, primarily Expeditionary Warfare, Strategic Missions, and Electronic Warfare. This initiative focuses on developing hypersonic weapon systems, with an emphasis on enhancing performance, manufacturability, and testing capabilities, thereby contributing to the advancement of Navy operations. NSWC Crane intends to award multiple contracts, grants, or cooperative agreements for research projects, offering a rolling submission process with no set deadlines. The Division's broad research interests encompass ten technical capability areas, and proposers are encouraged to contact relevant technical points of contact for each area. The selection process will evaluate submissions based on their technical merit, military relevance, and cost-effectiveness, with an eye toward maximizing small business opportunities. Interested parties should submit abstracts and proposals in accordance with the specified guidelines, and further information can be obtained from Contracting Officer Danielle Peter or Requiring Technical Activity Maria Duran.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    REQUEST FOR INFORMATION (RFI) – Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is issuing a Request for Information (RFI) for Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier spares and repairs. The procurement aims to establish a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for testing, teardown, evaluation, and repair services of the Microwave Power Module (MPM) component used in the AN/SLQ-59 system. This initiative is crucial for sustaining the operational capabilities of the AN/SLQ-59 program, with the government planning to award the IDIQ on a sole source basis to Stellant Systems, Inc. Interested parties must submit their responses by September 30, 2024, at 4:00 PM EDT, and can direct inquiries to Elizabeth Hacker at elizabeth.m.hacker3.civ@us.navy.mil or by phone at 812-381-5170.
    39--Two Ship-to-Shore Container Cranes for Military Ocean Terminal Concord
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure two Ship-to-Shore Container Cranes for Military Ocean Terminal Concord located at Concord, CA. These cranes will be used to accommodate containerized operations on Pier 2 at the terminal. The cranes will have a capacity of 60 long tons and will be able to reach 13 containers across of transporting marine vessels. They will be equipped with a luffing boom and mechanized spreader capable of lifting both single and twin 20 foot containers and single 40 foot containers. The cranes will be designed, fabricated, assembled, tested, delivered, installed, and made ready for use in accordance with the contract specification. The estimated date for the solicitation to be available is 22 March 2019, and the estimated due date for proposals is 23 April 2019. Contractors are encouraged to register for the solicitation on the NAVY ELECTRONIC COMMERCE ONLINE (NECO) website.
    RSD Overhaul Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking industry feedback through a Request for Information (RFI) regarding the establishment of a depot-level repair facility for the Rapid Securing Device (RSD), a critical component of the US Navy's Recovery Assist, Securing, and Traversing (RAST) system. The objective is to identify potential vendors capable of refurbishing approximately 18-24 RSDs annually, which involves comprehensive disassembly, inspection, corrosion control, mandatory parts replacement, reassembly, and functional testing. This initiative is vital for maintaining operational readiness of military helicopters on naval vessels. Interested parties are encouraged to submit their capabilities statements by October 4, 2024, to Zaib Nageeb at zaib.nageeb.civ@us.navy.mil, with the understanding that this RFI is not a solicitation for proposals and no contract will be awarded based on the responses.