Construction - B113 R124 Heat Pump Project
ID: N6660425Q0296Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting bids for the B113 R124 Heat Pump Project, a construction contract set aside exclusively for small businesses. The project entails the installation of heat pumps, requiring contractors to provide both labor and materials while adhering to various technical and safety regulations. This initiative underscores the government's commitment to supporting small business participation in federal contracting, with an estimated project cost ranging from $100,000 to $250,000. Interested bidders must submit their proposals by April 10, 2025, following a mandatory site visit on March 24, 2025, and are encouraged to contact Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil or 401-832-5568 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The B113 R124 Heat Pump Project is a government solicitation issued by the Naval Undersea Warfare Center, due on April 10, 2025. This sealed bid contract is set aside exclusively for small businesses, with the estimated project cost between $100,000 and $250,000. The contractor is required to provide heat pump installation services, including labor and materials, in compliance with various technical and safety regulations. A mandatory site visit is scheduled for March 24, 2025, and interested bidders must pre-register. Bid submissions must include technical information as outlined in sections L and M, with the potential for exclusion if incomplete. The solicitation requires a bid guarantee and contractor registration in the System for Award Management (SAM). Performance bonds are mandatory. The selected contractor must begin work within 10 days of award and complete it within a 120-day timeframe, adhering to strict safety and environmental guidelines throughout the project. This opportunity reflects the government's commitment to fostering small business participation while ensuring compliance with federal contracting requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    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.
    Construction - Emergency Shower and Eye Wash Stations
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting proposals for the installation of emergency shower and eyewash stations, with a focus on small business participation. This project, categorized under NAICS code 236220, aims to enhance safety measures in compliance with federal regulations, with a budget estimated between $100,000 and $250,000. Proposals are due by March 14, 2024, and a mandatory site visit is scheduled for February 26, 2024, with work expected to be completed within 120 calendar days post-award. Interested contractors should contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    NH-16 Replace Air Cooled Chiller at Naval Support Activity (NSA), Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the replacement of an air-cooled chiller at the Naval Support Activity in Norfolk, Virginia. This project falls under an indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract focused on HVAC and mechanical projects, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 180 days from the award date. The procurement emphasizes compliance with federal regulations, including wage determinations under the Davis-Bacon Act, and requires contractors to adhere to specific security and ethical guidelines, such as those prohibiting the use of certain telecommunications equipment and ensuring no involvement with forced labor. Interested contractors must submit their proposals electronically via the PIEE system by March 20, 2025, and can direct inquiries to Shelby Howard at shelby.howard@navy.mil or Nathan Whybrew at nathan.b.whybrew@navy.mil.
    Replace All WSHP B496
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the replacement of all Water Source Heat Pump (WSHP) units at Marine Corps Air Station Cherry Point, North Carolina. This project involves the complete replacement of sixteen WSHP units while ensuring minimal disruption to the building's occupants, as the facility will remain operational during the construction. The initiative aims to enhance operational efficiency and comply with safety and regulatory standards, with a total estimated cost ranging from $100,000 to $250,000. Proposals are due by March 12, 2025, and interested contractors must adhere to specific requirements, including compliance with the Davis-Bacon Act and submission protocols via the Electronic Construction and Facility Support Contract Management System (eCMS). For further inquiries, contractors may contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
    DBB B300 WATERFRONT MACHINE SHOP ROOF & HVAC REPAIR, PORTSMOUTH NAVY SHIPYARD KITTERY, MAINE
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses for construction services related to the repair of the B300 Waterfront Machine Shop Roof and HVAC systems at the Portsmouth Naval Shipyard in Kittery, Maine. The project entails the removal of the deteriorated roof and outdated HVAC units, which contain lead dust, and the installation of new roofing and HVAC components, including unit heaters and outdoor air systems. This opportunity is crucial for maintaining operational integrity and safety at the facility, with an estimated project magnitude between $25 million and $100 million. Interested parties, particularly those certified as SDVOSB, VOSB, HUBZone, 8(a), and WOSB, must submit their qualifications by March 25, 2025, and can contact Sarah Olson at sarah.a.olson19.civ@us.navy.mil or Madison Tatem at madison.e.tatem.civ@us.navy.mil for further information.
    BRAND NAME OEM ROSS HEATER & MANUFACTURING CO. INC. WATER-TO-WATER HEAT EXCHANGER BUNDLE REPLACEMENT SERVICES
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals from qualified small businesses for the procurement of Brand Name OEM Ross Heater & Manufacturing Co. Inc. Water-To-Water Heat Exchanger Bundle Replacement Services. This firm fixed-price supply contract requires the contractor to inspect and replace the existing heat exchanger with a government-provided spare at the US Naval Radio Station (T) in Jim Creek, Washington, with completion expected within 14 working days after award. Interested offerors must submit their proposals by March 18, 2025, and direct any inquiries to Contract Specialist Walid Aslan at walid.m.aslan.civ@us.navy.mil. The solicitation emphasizes adherence to federal procurement regulations and the importance of small business participation.
    Bldg. 221 - Replace lower float pier access panels
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the replacement of lower float pier access panels at its facility in Keyport, Washington. This procurement is aimed at securing non-commercial construction services, with the government anticipating a single firm fixed-price contract valued between $25,000 and $100,000. The solicitation, which is set aside exclusively for small businesses, is expected to be issued around April 2, 2025, with a 30-day response period following the release. Interested contractors must ensure they are registered in the System for Award Management (SAM) and direct any inquiries to Michelle Farrales or James Wasson via their provided email addresses.
    56--Heater Replacement, Building 80
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVFACSYSCOM MID-ATLANTIC is seeking a total small business set-aside for the replacement of the heating system in Building 80. The project involves replacing outdated piping and unit heaters, as well as providing new or replacing existing fin tube radiation in various office spaces. The work will also include wiring and circuit breaker installation. The project is listed as a design build and the solicitation will include drawings, bid break down form, and Div 1 specifications. The place of performance is at Portsmouth Naval Shipyard in Kittery, ME.
    Build-to-Print Wedge and Plug
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT), is seeking proposals from qualified small businesses for a federal contract titled "Build-to-Print Wedge and Plug." This procurement involves the manufacturing of specific hardware components, categorized under the NAICS code 332710 for Machine Shops, and is subject to a Total Small Business Set-Aside as per FAR 19.5. The components are critical for the Towed Array Handling Equipment, emphasizing the importance of quality assurance and compliance with stringent government standards throughout the manufacturing process. Interested vendors should direct inquiries to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or call 401-832-2811 for further details regarding the submission process and requirements.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Facility Investment Services at the Naval Station Newport complex in Rhode Island. The procurement aims to secure comprehensive facility support services, including the management and enhancement of facilities, installed equipment, and systems, with a strong emphasis on compliance with federal regulations and safety standards. This contract is a total small business set-aside, structured as a firm-fixed-price agreement with a base year and four option years, highlighting the government's commitment to engaging small businesses in federal contracting opportunities. Proposals are due by October 24, 2024, at 2:00 PM local time, and interested parties can reach out to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil for further inquiries.