Opera House Lift Retrofit and Upgrade Project
ID: 33310525R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

J F KENNEDY CENTER FOR THE PERFORMING ARTSJ F KENNEDY CENTER FOR THE PERFORMING ARTSJOHN F KENNEDY CENTER FOR THE PERFORMING ARTSWASHINGTON, DC, 20566, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

INSTALLATION OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (N036)
Timeline
  1. 1
    Posted Dec 20, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 20, 2024, 12:00 AM UTC
  3. 3
    Due Jan 8, 2025, 8:00 PM UTC
Description

The John F. Kennedy Center for the Performing Arts is seeking proposals for the Opera House Lift Retrofit and Upgrade Project, which involves upgrading the existing automated stage operation systems. The primary objective is to transition from the outdated Navigator system to the new proprietary Atlas controls system provided by Tait USA LLC, ensuring compatibility with existing systems and enhancing operational efficiency. This sole-source acquisition, valued at $615,000, is critical for maintaining the theater's automation controls and simplifying future maintenance. Interested contractors must submit their written proposals by January 8, 2025, at 3:00 PM EST, to Cheryl Rice at cdrice@kennedy-center.org and federalproposals@kennedy-center.org.

Files
Title
Posted
Dec 21, 2024, 12:05 AM UTC
The document outlines a justification for selecting Tait USA as the sole contractor for the Opera House Pit Lift Retrofit and Upgrade Project at the Kennedy Center. This project, with a total contract amount of $615,000, aims to upgrade the existing automated stage operation systems that have reached the end of their lifecycle. The proposed upgrade includes transitioning from the obsolete Navigator system to the new Atlas controls system, which is compatible with existing systems. The justification cites 41 U.S.C. 253(c)(2), asserting that only Tait USA can fulfill these specific requirements due to its proprietary system, which other vendors cannot service or upgrade. This decision is deemed necessary for continuity and future expansion of the theater's automation controls, simplifying maintenance and providing value. The project is classified as a modification to an existing arrangement developed by Tait, and a market survey indicated that no alternative sources could fulfill the requirement. The certifications from the program office and contracting officer affirm the accuracy and completeness of this procurement request, underscoring its importance to the organization’s operational capacity.
Dec 21, 2024, 12:05 AM UTC
The document is a conclusive note marking the "END OF SCOPE OF WORK" for a federal government RFP. Although the remaining content is absent, the implication is that the RFP pertains to a specific project or service, outlining the work requirements, expectations, and deliverables based on defined criteria. Such RFPs typically aim to solicit proposals from potential contractors or grantees to fulfill governmental needs while ensuring compliance with federal regulations and standards. The summary suggests that the document is part of a larger framework for managing federal or state/local grants and requests for proposals, emphasizing transparency and the structured approach in government contracting. The completion of the scope of work indicates a crucial phase in procurement processes, guiding interested parties in preparing or submitting their proposals for consideration.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Smithsonian institution's National Museum of Natural History Renovate Baird Auditorium
Buyer not available
The Smithsonian Institution is seeking proposals for the renovation of the historic Baird Auditorium located at the National Museum of Natural History in Washington, DC. The project aims to restore the auditorium's unique architectural features while upgrading its infrastructure to meet modern accessibility and safety standards, with a total budget exceeding $10 million and a completion timeframe of 730 days. This renovation is crucial for preserving the auditorium's historical integrity while enhancing visitor experiences through improved acoustics and modern audio-visual systems. Interested contractors must submit their proposals by May 23, 2025, at 3:00 PM EST, and can direct inquiries to Virginia Chan at Chanvc@si.edu or Christine Grant at grantCA@si.edu.
N--LEWI_AV Upgrade
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the upgrade of audiovisual (AV) systems at the Lewis and Clark National Historic Site, specifically in the Ross Peterson Theater and Netul River Room. The project aims to modernize existing AV systems to enhance user experience, accessibility, and functionality, requiring contractors to provide all necessary labor, materials, and services for planning, design, installation, and staff training. This initiative is crucial for improving educational outreach and public presentations at the park, with a focus on compliance with federal regulations and accessibility standards. Interested small businesses must submit their proposals by April 21, 2025, and can contact Robert Adamson at robertadamson@nps.gov or 301-502-0076 for further information.
Theater Valance and Curtain Assessment - Library of Congress
Buyer not available
The Library of Congress is seeking contractor support for the assessment, cleaning, and potential replacement of theater curtains and valances at its National Audiovisual Conservation Center theater. The primary objective is to evaluate the current condition of the curtains, which have been affected by damage and mold, and to provide a comprehensive report with recommendations for either repair or replacement. This procurement is crucial for maintaining the integrity and safety of the theater's environment, ensuring that the facility remains a valuable resource for audiovisual preservation. Interested contractors must submit their proposals by April 30, 2025, and are encouraged to attend an optional site visit; inquiries should be directed to Colleen Daly at cdaly@loc.gov or Jennifer Zwahlen at jzwa@loc.gov.
Base Ketchikan Monthly Elevator Service
Buyer not available
The Department of Homeland Security's U.S. Coast Guard is seeking proposals for monthly elevator maintenance services at Base Ketchikan in Alaska, with an additional site in Juneau. The contractor will be responsible for ensuring the safe and compliant operation of elevators, adhering to ANSI A17.1-2010/CSA B44-10 standards, and must provide all necessary tools and equipment for service, including comprehensive parts repair and replacement. This contract reflects the Coast Guard's commitment to maintaining safety and operational standards in federal facilities, with a base period from May 1, 2025, to March 31, 2026, and four optional extension periods through March 30, 2030. Interested contractors must submit their proposals by April 23, 2025, at 12:00 PM AKST, to Tyler Brady and Benjamin Reedy via email, including the required documentation and pricing information.
SI for Machine Router Control
Buyer not available
The Library of Congress is seeking proposals for system integration services related to the Machine Router Control at the National Audio-Visual Conservation Center (NAVCC). The procurement aims to enhance the functionality of the existing Grass Valley N-Vision 9000 series video routing system by providing necessary hardware, installation materials, and technical documentation, along with video monitoring and digital conversion services. This initiative is crucial for maintaining the integrity and accessibility of the Library's extensive audiovisual collections, ensuring efficient signal routing and operational continuity. Interested contractors must submit their proposals electronically to the designated contacts, James Robinson and Brenda Kinlay, by the specified response date, with the evaluation based on technical volume, past performance, and price.
Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
Rock Creek Park
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the Rock Creek Park project, identified as NP ROCR 910(1), located in Washington, D.C. The project involves the replacement of the Edgewater Stable Access Bridge deck, along with the reconstruction of bridge approaches and the repair of existing bioretention facilities, with an estimated contract value between $2 million and $5 million, pending necessary permits. This initiative underscores the government's commitment to infrastructure improvements while promoting engagement from small businesses and various designated categories in federally funded projects. Interested vendors must register on www.sam.gov to access RFP documents, which are expected to be available around April 16, 2025, and submit their proposals, as no mailing options will be provided. For further inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
J--MACA-UPGRADE INADEQUATE VC HVAC CONTROLS
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to upgrade the HVAC control system at the Mammoth Cave National Park Visitor Center in Kentucky. The project involves a comprehensive inspection, software and hardware upgrades, system balancing, and operator training to ensure the long-term functionality and efficiency of the HVAC system. This initiative is crucial for maintaining comfort and operational efficiency for both staff and visitors while reducing energy consumption. Interested small businesses must submit their quotes by May 7, 2025, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Ashley Warcewicz at ashleywarcewicz@nps.gov.
J--EMERGENCY HVAC REPAIRS AT THE CHAL VC
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for emergency HVAC repairs at the Chalmette Battlefield Visitor Center within the Jean Lafitte National Historical Park and Preserve. The project involves the complete replacement of HVAC equipment, requiring contractors to provide all necessary labor, materials, tools, and supervision for the installation and testing of new systems, including the removal of existing units and installation of new heat pumps and a ductless mini-split. This procurement is critical for enhancing visitor comfort and operational efficiency at the facility, with a firm fixed-price contract expected to be awarded based on evaluations of cost, technical approach, and relevant experience. Interested contractors must attend a mandatory site visit on April 15, 2025, and submit their proposals electronically by April 21, 2025, to Tara Clark at taraclark@nps.gov.
Crane Hoist and Conductor Bar Upgrade
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified small businesses to provide a crane hoist and conductor bar upgrade for an existing bridge crane located in Lakehurst, New Jersey. The procurement involves replacing a 40-year-old 3-ton Detroit hoist and a 3-wire conductor bar with modern equipment that meets the latest Navy Crane Centers standards, including the installation of a Variable Frequency Drive (VFD) controlled hoist and a new bridge control panel. This upgrade is crucial for enhancing operational efficiency and safety for the Prototype, Manufacturing, and Test Division, ensuring that the equipment remains effective for future tenants. Interested parties must attend a mandatory site visit on April 10, 2025, and submit their quotes by 11:00 AM EDT on April 21, 2025, to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.