REMOVE WALL CARPET, REPAIR AND PAINT WALLS
ID: 1305M325Q0079Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for a project involving the removal of wall carpeting, repair, and repainting of walls at the National Weather Service office in Reno, NV. The procurement is a Total Small Business Set-Aside and will be awarded as a firm fixed-price contract, emphasizing the importance of technical capabilities and past performance in the evaluation process. This project is critical for maintaining the office's operational environment and ensuring compliance with safety and environmental standards, particularly regarding VOC emissions from paints. Contractors must submit their quotes by February 28, 2025, with a completion deadline of 90 calendar days post-award. For further inquiries, interested parties can contact Kerri Coffey at KERRI.COFFEY@NOAA.GOV or by phone at 303-578-6861.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a series of federal and state grant opportunities intended for various organizations that aim to enhance community services and infrastructure. Key topics include federal Requests for Proposals (RFPs) targeting innovative solutions across sectors such as healthcare, education, and environmental sustainability. Additionally, state and local RFPs focus on localized initiatives that address urgent community needs, leveraging federal funding to support projects ranging from public health improvements to economic development strategies. Supporting details highlight the requirement for applicants to demonstrate compliance with federal guidelines, exhibit capacity for project implementation, and provide measurable outcomes aligned with national and local development goals. Emphasis is placed on collaborative approaches, with opportunities for partnerships between agencies, non-profits, and community organizations. The structured approach encourages organizations to present detailed project proposals that include timelines, budgets, and strategies for community engagement, ultimately fostering an environment of accountability and effective resource allocation. This funding framework signifies the government’s commitment to enhancing community resilience and overall quality of life through strategically funded initiatives.
    The Past Performance Questionnaire serves as a tool for contractors to assess their performance on completed projects and gather client feedback. Contractors must provide detailed information about themselves and the contract in question, including contact details, contract specifics, and project complexity. The questionnaire includes a rating system for client references to evaluate contractor performance across several areas: quality of work, schedule adherence, cost control, management, regulatory compliance, and overall customer satisfaction. Ratings range from "Exceeds" to "Unsatisfactory," with explanations needed for ratings reflecting less than satisfactory performance. The overall purpose is to compile an accurate assessment of the contractor’s previous performance, which aids in future contract decisions and compliance with federal and state regulations. This document is crucial in the context of government RFPs and grants as it establishes a framework for evaluating contractor reliability and effectiveness in carrying out government contracts.
    The document outlines a Request for Quotation (RFQ) for a construction project at the National Weather Service office in Reno, NV. The scope includes removing wall carpeting, repairing, and repainting walls as detailed in the attached Statement of Work (SOW). This RFQ is a Total Small Business Set-Aside under simplified acquisition procedures, emphasizing a firm fixed-price contract based on trade-off evaluation criteria. Contractors must submit quotes by February 28, 2025, with a completion deadline of 90 calendar days post-award. Bonding or a letter of credit is required for quotes exceeding $35,000. Key evaluation factors include the technical approach, experience, past performance references, and pricing, with asynchronous emphasis on technical capabilities over cost. Performance conditions stress that contractors must conduct work during regular hours, ensure safety compliance, and manage waste appropriately. The project demands careful site inspections and material considerations, particularly regarding VOC emissions for paints. Submission details must adhere to stipulated forms and guidelines, reinforcing the responsibility of offerors in confirming receipt of their quotes. Overall, the RFQ aims to secure reliable contractor services while adhering to federal standards and regulations in construction practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    REFRESH VESTIBULES IN 3 STATES: AZ, MT, NV
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to refurbish vestibules at three National Weather Service locations in Arizona, Montana, and Nevada. The project involves replacing flooring, painting, retrofitting lighting to LED, and updating wall heaters, with a completion timeline of 120 calendar days from the award date. This Total Small Business Set-Aside contract emphasizes the importance of facility upgrades in enhancing operational efficiency and compliance with federal regulations, including the Davis-Bacon Act. Interested contractors must submit their quotes by March 10, 2025, and are required to register with FedConnect® for contract administration; for further inquiries, they can contact Kerri Coffey at kerri.coffey@noaa.gov or call 303-578-6861.
    NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel, S3008, located in Patuxent, MD. The procurement includes essential tasks such as hull inspection, surface preparation, application of epoxy primer and antifouling paint, and installation of impressed current cathodic protection systems, all to be completed within a 90-day performance period. This contract is vital for maintaining the operational integrity of NOAA's maritime assets and ensuring compliance with federal labor standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the replacement and upgrade of HVAC systems at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project specifically involves the removal of a failed 60-ton Daikin chiller and the installation of a new chiller along with Variable Frequency Drive (VFD) replacements, ensuring compliance with safety regulations and integration into the existing Energy Management System. This procurement is crucial for maintaining operational efficiency and safety at the marine sanctuary, which serves as an important environmental and visitor center. Interested small businesses must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date on or about March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Toledo, OH Valve & Intake Inspection & Repair
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the inspection and repair of an intake valve located at the US Army Corps of Engineers property in Toledo, Ohio. The project requires completion within 60 days of award, with the intention to finalize the work in a single day once initiated, and is exclusively set aside for small businesses under NAICS code 561990. This procurement is critical for maintaining water infrastructure and ensuring operational efficiency, with the contract to be awarded based on the Lowest Price Technically Acceptable approach. Interested vendors must submit their quotes by February 28, 2025, and are encouraged to schedule a site visit by February 26, 2025; for further inquiries, they can contact Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263.
    Grounds Maintenance Service - Woodford, VA
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for grounds maintenance services at the National Geodetic Survey's Testing & Training Center located in Woodford, Virginia. The procurement involves a firm-fixed price contract for a base year from April 1, 2025, to March 31, 2026, with the option to extend for four additional years, potentially lasting until March 31, 2030. This contract is crucial for maintaining approximately 20 acres of landscaped grounds, ensuring operational efficiency and environmental aesthetics, while adhering to federal labor standards and safety regulations. Interested contractors must submit their quotes by 2:00 PM Eastern on February 26, 2025, and can direct inquiries to Wendy Culbreth at wendy.culbreth@noaa.gov or by phone at 757-605-1263.
    Non-Personal Services to Replace HVAC Condenser Units at NWS Forecast Office, Slidell, LA
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal services for the replacement of HVAC condenser units at the National Weather Service (NWS) Forecast Office in Slidell, Louisiana. The project involves replacing two 30-ton Trane units, one 15-ton Trane unit, and three Liebert condensing units, with a focus on minimizing disruptions to ongoing operations and ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining the operational infrastructure of the NWS, which relies on effective climate control systems to support its forecasting activities. Interested small businesses must submit their quotes electronically by 4:00 PM on February 20, 2025, and can direct inquiries to Casey Keating at casey.keating@noaa.gov or by phone at 303-578-2579.
    Manchester Campus Addition Construction at the Manchester Research Station in Port Orchard, Washington
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for the construction of the Manchester Campus Addition at the Manchester Research Station in Port Orchard, Washington. This project involves the construction of a new facility encompassing approximately 24,000 Gross Square Feet, with a projected budget of $21,352,305 for base items, including substructure, shell construction, and associated services such as plumbing and HVAC. The initiative aims to enhance NOAA's research capabilities while adhering to stringent environmental regulations, particularly concerning the management of contaminated soils and water due to the site's history as part of the Old Navy Dump/Manchester Superfund Site. Interested contractors must submit sealed bids by the specified deadline and are encouraged to contact Ronette McBean-Felder at ronette.mcbean-felder@noaa.gov or Paul Tucker at Paul.Tucker@noaa.gov for further inquiries.
    Servo motor repair
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repair and reconditioning of DC servo motors, vital for operations at the WSR-88D Radar Operations Center in Grandview, Missouri. The procurement involves restoring these motors to "Like New" condition, adhering to stringent specifications that include comprehensive repair processes, inspections, and a one-year warranty on materials and workmanship. This initiative underscores the importance of maintaining critical weather-related infrastructure, ensuring operational reliability through meticulous equipment management. Interested contractors must submit their quotes by February 19, 2025, and direct any inquiries to Tyran Claypool at tyran.claypool@noaa.gov.
    Two Replacement Copeland semi-hermetic refrigeration compressors for NMFS in Newport, Oregon
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses to supply and install two Copeland semi-hermetic refrigeration compressors for the National Marine Fisheries Service (NMFS) in Newport, Oregon. The procurement includes full delivery and installation services, with a completion deadline set for May 30, 2025, and emphasizes the need for compatibility with existing chiller units while adhering to safety and operational standards. This equipment is crucial for maintaining the operational efficiency of the Fisheries Behavioral Ecology Program, and only proposals from registered small businesses under NAICS code 238220 will be considered. Interested vendors must submit their written quotes by February 18, 2025, and can direct inquiries to Jason Jenks at jason.jenks@noaa.gov.
    Universal Sonar Mount (USM) system replacement for
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch (NRB), which are critical for hydrographic surveys and emergency responses. The procurement involves six Hightower Sonar Mount systems and associated components that must be compatible with existing welded mounting plates on the vessels used by Navigation Response Teams. This equipment is essential for maintaining navigational charts and enhancing operational readiness, as the current systems have reached the end of their operational life after ten years of use. Interested small businesses must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025. For further inquiries, potential offerors can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.