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
ID: N4008524R2765Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the NSWC Reachback Support Package 2 concerning construction projects at the Philadelphia Naval Yard Annex. Its primary purpose is to solicit bids for various repairs, specifically focusing on emergency exit pathways, lighting systems, and sprinkler systems. The RFP is structured into six sections, beginning with proposal forms and documents, detailing general requirements, a statement of work, minimum materials requirements, prescriptive specifications, and project attachments including security requirements and environmental concerns. The proposal processes for interested contractors include a detailed pricing form for line items such as emergency exit repairs and lighting studies. Moreover, the RFP emphasizes strict adherence to safety protocols, quality control measures, and administrative requirements throughout the project's lifespan. It mandates compliance with various U.S. Department of Defense standards and includes sections on subcontractor oversight, quality assurance, and rigorous documentation procedures. This RFP illustrates the government's commitment to ensuring high standards in construction while addressing safety, environmental, and operational concerns in military facilities, ultimately aiming to enhance infrastructure reliability and safety within the Naval Yard context.
    The document outlines the NSWC Reachback Support Package 2 for the Philadelphia Naval Yard Annex under work order number 1799405. It includes essential attachments aimed at aiding contractors in designing and constructing the facility without obstacles. Key components consist of the NAVFAC Red Zone Checklist, various asbestos lab data reports, and security requirements for contractors accessing the Naval Surface Warfare Center facilities. The NAVFAC Red Zone Checklist is a tool for tracking critical project activities, ensuring timely completion and smooth facility turnover. Responsibilities are divided among contractors, clients, and NAVFAC, detailing required tests and documentation. Additionally, strict security protocols are established for contractor personnel, emphasizing U.S. citizenship, identification badge acquisition, and access restrictions to site areas. This framework ensures that all governmental standards and security measures are met, crucial for compliance and safety during ongoing construction activities. The document reflects the systematic approach taken by the federal government in managing construction projects while prioritizing security and operational efficiency.
    The document outlines the Land Use Control (LUC) Remedial Design for the Philadelphia Naval Yard Annex (PNYA) under the Comprehensive Long-Term Environmental Action Navy (CLEAN) Program. It details remediation and oversight measures for retained naval properties, including institutional controls to manage existing contaminants and prevent residential development. Following the Navy's closure of the Philadelphia Naval Base in 1995, numerous policies were established to maintain industrial/commercial uses and ensure environmental safety. Key measures include prohibiting human consumption of groundwater, restricting residential construction, and mandating annual compliance inspections. The report outlines responsibilities for implementing controls, notifying regulatory bodies regarding land use changes, and conducting regular evaluations to assess LUC effectiveness. The Navy is tasked with ongoing management, including inspections and reporting to the Pennsylvania Department of Environmental Protection (PADEP) to ensure compliance. The framework emphasizes continued protective measures for human health and the environment while supporting the transition of formerly military-held lands to civilian purposes, underscoring the need for strategic oversight post-remediation. Overall, this document serves as a structured approach to managing environmental risk within the context of former military sites.
    The document outlines the Per- and Polyfluoroalkyl Substances (PFAS) Site Inspection Report for multiple buildings at the Philadelphia Naval Yard Annex, conducted by Tetra Tech for the Naval Facilities Engineering Systems Command Mid-Atlantic. The inspection aimed to gather soil and groundwater data related to potential PFAS contamination sources, identified during a previous Preliminary Assessment in 2021. Five potential release areas were examined, including Hazardous Waste Facilities and the Tank Farm. Notably, hazardous chemical concentrations exceeded established screening levels in all investigated areas, warranting further Remedial Investigation (RI). The report details the methodology applied, including soil borings, monitoring well installation, and groundwater sampling. It emphasizes the need to mitigate the environmental and health risks posed by PFAS due to their resistance to biodegradation and potential toxicity. Recommendations include transitioning to RIs where PFAS detection exceeded project screening levels, highlighting a proactive approach to environmental safety and compliance with federal regulations regarding hazardous substances.
    The document outlines the price schedule for a government Request for Proposal (RFP) for the NSWCPD Package 2. It specifies line-item pricing for various components of work grouped under several Contract Line Item Numbers (CLINs), such as emergency exit repairs, lighting upgrades, and sprinkler system repairs. Each line item includes a description, quantity, and placeholders for unit and total pricing, which will be evaluated for contract award. The proposal notes that the award will be determined based on the total price for CLIN 0001 and may include options in CLIN 0002 under certain conditions. The government reserves the right to exercise these options within 180 days of contract award, and if exercised, the contract's completion date would extend to 490 days. It also emphasizes criteria for evaluating bids, including the requirement for firm, fixed prices, and stipulations against unbalanced pricing. The document indicates that further bonding would be required if options are exercised, ensuring thorough financial compliance throughout the contracting process. Overall, this price schedule serves as an essential framework for bidders to deliver competitive and compliant proposals while adhering to government procurement standards.
    The document is a Pre-Proposal Inquiry Form (N4008524R2765) associated with the NSWCPD Package 2, serving the purpose of collecting inquiries and clarifications related to a specific federal request for proposal (RFP). It outlines various sections for submitting questions, with space allocated for references, questions, and details including submission dates and identifiers. The structured format encourages prospective bidders to seek clarity on project expectations, deliverables, or requirements pertinent to the RFP. All submitted inquiries must be documented accurately in the designated space to ensure traceability and proper response management. This inquiry form is essential for aligning bidder understanding with government intentions, ensuring an informative bidding process and ultimately the successful execution of contract objectives.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide provides instructions for vendors in the Department of Defense (DoD) to register and submit solicitations. It outlines two primary vendor roles in the PIEE Solicitation Module: Proposal Manager and Proposal View Only. The guide details step-by-step registration procedures for new users, including the creation of secure accounts, setting up user profiles, and verifying information, culminating in receiving confirmation of successful registration. Existing users can add roles by accessing their accounts and following similar procedures. The guide also offers resources for help and support, including links to the PIEE website for additional assistance. The Roles and Actions/Functions Matrix details the capabilities associated with each vendor role, emphasizing their ability to submit, view, and create proposals. Overall, this guide is essential for vendors looking to participate in the DoD's procurement process, highlighting the importance of secure registration and role management within the PIEE framework.
    The document outlines Solicitation N4008524R2765 from the Naval Facilities Engineering Command, detailing an 8(a) Design-Build (DB) contract for construction work at the Philadelphia Navy Yard Annex. The key components of the project include emergency exit pathway repairs, emergency lighting and signage upgrades, fire alarm and mass notification system upgrades, and repairs to the sprinkler system. Proposals are due by March 10, 2025, with completion expected within 400 calendar days after the task order is awarded. A single site visit for potential contractors is scheduled for February 20, 2025, with strict requirements for access and documentation. The evaluation of proposals will be based on a combination of technical solutions and past performance, equally weighted against cost considerations. Offerors must follow specific submission instructions, including the provision of separate price and technical proposals. Wage determination and contractor regulations are outlined, including adherence to the Davis-Bacon Act for wage rates. The solicitation emphasizes safety, compliance with federal regulations, and thorough evaluation of past performance in determining award eligibility. This project reflects the government's broader commitment to maintaining and upgrading critical infrastructure within military facilities.
    Similar Opportunities
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    NSWCPD | B542 Fire Alarm Repairs (Mass Notifications)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking qualified contractors for the B542 Fire Alarm Repairs (Mass Notifications) project in Philadelphia, Pennsylvania. This procurement involves electrical contracting services specifically aimed at repairing and maintaining fire alarm systems, which are critical for ensuring safety and compliance within government-operated facilities. The contract is set aside for small businesses under the SBA guidelines, with the NAICS code 238210 indicating the industry focus on electrical contractors and wiring installation. Interested parties should reach out to Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil for further details, as the presolicitation notice indicates a commitment to small business participation in this important project.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction project, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The procurement process emphasizes a competitive evaluation based on price and past performance, with proposals due electronically by February 25, 2025, following a pre-proposal conference scheduled for January 29, 2025. Interested contractors should direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR HISTORICAL SENSITIVE PROJECTS ARCHITECT AND ENGINEER (A&E) SERVICES IN SUPPORT OF PROJECTS PRIMARILY AT NAVFAC MIDLANT, NORTH AREA OF RESPONSIBILITY (AOR)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Architect and Engineer (A&E) services for Historically Sensitive Projects primarily within the North Area of Responsibility (AOR). This contract, valued at a maximum of $60 million over five years, aims to support military facilities in the Mid-Atlantic region, including significant installations like the Portsmouth Naval Shipyard and the Philadelphia Navy Yard. Interested firms must demonstrate specialized experience in historic building renovations, facility planning, and environmental assessments, with submissions due by February 14, 2025. For further inquiries, potential bidders can contact Erik Cole at erik.w.cole2.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    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.
    Y--Y--MARKET RESEARCH/ REQUEST FOR INFORMATION FOR ELECTRICAL LOAD EXPANSION AT THE PHILADELPHIA NAVY YARD ANNEX. QUESTIONS ARE DUE BY 1600 LOCAL TIME ON 1 OCTOBER 2018.
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking information for electrical load expansion at the Philadelphia Navy Yard Annex. This procurement is for the construction of structures/facilities. The primary contact for this procurement is Sidnia Finke, Sidnia.finke@navy.mil. For more details, please refer to the detailed RFI and attachments, including Industry Day details.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which includes the demolition of existing structures and is estimated to have a budget ranging from $25 million to $100 million. The facility is critical for enhancing operational capabilities for Navy personnel, emphasizing compliance with federal construction standards and safety regulations. Interested contractors must submit their proposals electronically by January 31, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    N40080-23-R-0022 ACQR: 6070919 - P2203, Quarters 6 Whole House Revitalization, Marine Barracks, Washington, D.C.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the revitalization of Quarters 6 at the Marine Barracks in Washington, D.C., under contract N40080-23-R-0022. This $750 million project aims to restore and modernize the historic building, which serves as the residence of the Commandant of the U.S. Marine Corps, while ensuring compliance with safety and operational standards. Eligible contractors, specifically Small Business MACC holders, are required to submit detailed proposals addressing their experience and project strategies by February 27, 2025, with a completion timeline of 490 days post-award. Interested parties can reach out to primary contact Lindsay M. Brown at lindsay.m.brown14.civ@us.navy.mil for further information.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV" project at Camp Lejeune, North Carolina. This initiative involves upgrading lock systems in 53 Bachelor Enlisted Quarters (BEQ) buildings, which includes replacing existing locksets with new swipe locks and implementing a comprehensive keying system that features master, grand master, and sub-master keys. The project is critical for enhancing security and operational efficiency within military accommodations, ensuring compliance with federal standards while modernizing locking mechanisms. Interested small businesses must submit their proposals by March 13, 2025, with an estimated budget between $5 million and $10 million, and can contact Edward Pelser or Lauren Loconto for further details.
    DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, located in Virginia Beach, Virginia. The project involves the demolition and installation of DDC network modems across multiple buildings within the annex, aimed at modernizing control systems to enhance operational efficiency. This initiative is part of a broader federal effort to maintain and upgrade critical infrastructure, ensuring facilities operate optimally. Interested contractors, specifically those within the 8(a) program, must submit proposals by March 6, 2025, following a mandatory site visit on February 19, 2025; for further inquiries, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.