REPAIR RUSTED LIGHT POLES, VARIOUS BUILDINGS, NAS OCEANA, DAM NECK ANNEX
ID: N4008524R2823Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the replacement of rusted light poles at various buildings within the Dam Neck Annex of NAS Oceana in Virginia Beach, Virginia. The project involves replacing light poles, securing electrical power in compliance with safety protocols, and ensuring minimal disruption to ongoing operations, with a completion timeline of 180 days post-award. This initiative is critical for maintaining safety and operational functionality at military installations, reflecting the government's commitment to infrastructure integrity. Interested contractors must submit their proposals by October 15, 2024, and can direct inquiries to Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil, with the project budget estimated between $250,000 and $500,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment (0001) to the solicitation N40085-24-R-2823 regarding the repair of rusted light poles at NAS Oceana, Dam Neck Annex in Virginia Beach, Virginia. The amendment was issued by the NAVFAC Mid Atlantic and became effective on August 27, 2024. It clarifies that while the proposal due date remains unchanged, offers are due by October 15, 2024, at 2:00 PM. The amendment also includes a PPI spreadsheet, which is essential for contractors responding to the solicitation. It emphasizes that acknowledgment of this amendment is necessary prior to the specified deadline for offers to avoid rejection. The overall terms and conditions of the initial solicitation remain in effect, except for the stated adjustments. The amendment aims to ensure transparency and clarity in the bidding process, critical components of federal procurement and contracting practices, thereby facilitating compliance and effective project execution.
    The document outlines the Scope of Work for replacing rusted light poles at the Naval Air Station Oceana, specifically within the Dam Neck Compound in Virginia Beach. The project, led by NAVFAC MID-ATLANTIC, requires a contractor to supervise and execute the replacement of light poles while adhering to numerous safety and compliance regulations, including those concerning hazardous materials and environmental impacts. Key tasks involve replacing several light poles of varying heights and fixtures in designated parking lots, ensuring all new fixtures comply with specific lighting requirements to protect local wildlife, including sea turtles. The contractor must submit documentation for all work, including equipment inventory and hazardous material reports, while ensuring minimal disruption to ongoing operations. Special scheduling, safety protocols, and pre-work assessments are emphasized throughout. Completion of the project is framed within a strict timeline, set for 180 days post-award, reflecting a comprehensive approach to facility improvements while addressing environmental stewardship and safety standards. The document serves as an essential reference for potential contractors responding to this government Request for Proposal (RFP).
    The document outlines the wage determination for construction projects in Virginia Beach, Virginia, under the Davis-Bacon Act. It establishes minimum wage requirements for various construction classifications, specifying rates for laborers, operators, and specialized trades, as well as fringe benefits where applicable. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.20 per hour per Executive Order 14026. For earlier contracts, Executive Order 13658 mandates a lower rate of $12.90. Additional guidelines cover employee paid sick leave, paid holidays, and the classification appeal process for wage disputes. Notably, the document emphasizes compliance with evolving labor standards, worker protections, and the necessity for contractors to submit conformance requests for any classifications not listed. This ensures fair labor practices and adherence to federal standards in government-funded construction projects.
    The document outlines the procedures for obtaining access to NAS Oceana, Dam Neck Annex, and DEVGRU compound, emphasizing the necessity of thorough vetting for personnel involved. It details two Excel spreadsheets and one Word document required for access requests, each tailored to different categories of personnel. Prime contractors or NAVFAC employees needing access for non-government personnel must submit the necessary forms via email and ensure all fields are correctly filled. Access requests take a minimum of three business days for processing, with specific attention paid to security protocols. The requirements for contractor vehicle access to the flight line are highlighted, stressing the importance of justifications for vehicle necessity. For access to DEVGRU, contractors must have prior clearance to NASO/DNA. They must provide comprehensive details on the workers requesting access while following strict formatting guidelines. Overall, the document serves to streamline the process and maintain security standards, ensuring that all personnel granted access have undergone appropriate background checks and meet specific criteria vital for operational integrity and safety.
    The document appears to be an inaccessible PDF file related to federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. The key topic likely revolves around providing funding opportunities and guidelines for submitting proposals for government contracts or grants. It may detail the processes involved in responding to RFPs, eligibility requirements, and the evaluation criteria used by government agencies when reviewing submissions. Given the context, the document aims to facilitate transparency and accessibility in acquiring federal and state funding for various initiatives. The content could also address compliance standards and documentation necessary for potential applicants. Since the file content is not viewable, the specific details and structure cannot be analyzed or summarized more thoroughly, but the emphasis remains on the importance of these proposals in securing government financial support for service and project execution at various levels of governance.
    The document outlines specific requirements for the collection of personal and organizational data related to a government project. It mandates that individuals involved must provide essential information, including names, facility and company details, sponsor information, access hours, and contact details (phone and email). The purpose of this data gathering is likely to facilitate operational coordination and ensure accountability among sponsors and participants within federal, state, or local government initiatives. The structure indicates a form used by government agencies (denoted by “PSC USE ONLY”), suggesting a regulatory context, mainly for tracking and oversight purposes in response to Requests for Proposals (RFPs) or grants. Overall, the document emphasizes the need for comprehensive and accurate data collection in connection with government contracts and collaborations.
    The document outlines a Request for Proposals (RFP) for the project titled "Repair Rusted Light Poles, Various Buildings at Dam Neck Annex, NAS Oceana." The RFP number is N4008524R2823, with a cutoff date for proposals set on October 1, 2024. The primary focus of this solicitation is to address the rehabilitation of damaged light poles, which are critical for safety and operational functionality on the premises. The document includes sections designated for referencing questions and government responses, indicating a structured approach to addressing inquiries from potential offerors. This RFP serves the dual purpose of soliciting qualified contractors for maintenance work while ensuring adherence to government standards for facility management. It reflects the government’s commitment to maintaining infrastructure integrity at military installations, prioritizing safety and operational readiness.
    The provision 52.204-24 outlines the requirements for Offerors concerning the use of covered telecommunications equipment or services in federal contracts. It emphasizes that Offerors must indicate if they provide or use such equipment as part of their offerings to the government, in compliance with Section 889 of the John S. McCain National Defense Authorization Act. The document details definitions related to telecommunications and includes two significant prohibitions against contracting with entities using covered equipment or services. Procedures require Offerors to check the System for Award Management (SAM) for any excluded parties. Details regarding the disclosures required from Offerors who affirm their use of covered equipment or services are specified, including identification of equipment producers, descriptions of services, and the rationale for use. This provision aims to ensure compliance with national security interests by assessing the telecommunications equipment and services that may pose risks to the U.S. government.
    The OCEANA 8A IDIQ outlines requirements for contractors undertaking projects at the Naval Air Station Oceana. It details general requirements, including project summaries, work restrictions, pricing and payment procedures, and administrative mandates for managing construction activities. The contract necessitates careful coordination since existing buildings will remain occupied during operations. Emphasis is placed on protecting existing structures and complying with government safety regulations throughout the project lifecycle. Specific sections cover the importance of establishing a detailed construction schedule using a Network Analysis Schedule to manage tasks and timelines effectively. Contractors must adhere to stringent safety and environmental protocols, submit preconstruction plans, and maintain clear communication regarding personnel access and security measures. The overarching goal is to ensure efficient project execution within government compliance frameworks while minimizing disruptions to ongoing operations at the facility. The document serves as a template for federal and local RFPs, facilitating adherence to established safety, quality, and operational standards during construction activities.
    This document outlines the critical components relevant to identification and eligibility for participation in federal and state government programs, such as RFPs and grants. It collects personal information needed for applications, including individual details like name, date of birth, and social security number, determining U.S. citizenship status. Additionally, it specifies the facility or project associated with the application, alongside the company the individual represents. The structure of the document is straightforward, primarily focusing on the administrative aspects necessary to assess qualifications and facilitate government contracting processes. This information is vital for ensuring compliance with eligibility criteria and for streamlining the application process for various governmental financial opportunities. Overall, the document serves as a foundational tool for both applicants and government entities to evaluate potential and ensure adherence to regulations.
    The document outlines a Request for Proposal (RFP) for the repair of rusted light poles at various buildings in the Dam Neck Annex, Virginia Beach. The solicitation, identified as No. N40085-24-R-2823, is issued by the Naval Facilities Engineering Systems Command Mid-Atlantic, specifically for contractors under an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) set aside for 8(a) firms. The work requires replacing rusted light poles and securing electrical power following safety protocols. The project budget ranges from $250,000 to $500,000, with a completion timeline of 180 days. Contractors must adhere to specific wage requirements and provide necessary bonds. Proposals are to be submitted by 15 October 2024, with a site visit scheduled for 17 September 2024. The selection will be based solely on the lowest price, and key information about proposal submission and qualifications is provided. This document serves to guide contractors through the proposal process while ensuring compliance with federal regulations and expectations for construction within military facilities.
    The document pertains to an RFP for the project titled "Repair Rusted Light Poles, Various Buildings Dam Neck Annex, NAS Oceana" under solicitation number N4008524R2823, with a cutoff date for proposals set for October 1, 2024. A query was raised regarding the feasibility of assigning a single employee to fulfill multiple roles, including Project Manager, Superintendent, Quality Control (QC), and Site Safety and Health Officer (SSHO). The government clarified that the QC Manager must report to a firm officer and cannot be subordinate to the Project Superintendent or Project Manager. While the SSHO can also act as the QC Manager, they cannot serve as the Superintendent unless specified otherwise in individual task orders. This response illustrates the government’s commitment to maintaining clear accountability and staffing standards within project management roles to ensure compliance and quality during contract execution. The document underscores the regulatory framework surrounding personnel assignments in federal contracting, advocating for distinct roles to uphold project integrity and operational safety.
    Lifecycle
    Similar Opportunities
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design-build of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project entails the construction of a two-story, 60,000 square foot facility, along with the demolition of two existing buildings, and includes essential planning for utilities, landscaping, and secure space requirements for Navy operations. The estimated project cost ranges from $25 million to $100 million, with a completion timeline of 1,048 calendar days from the award date. Interested contractors must submit their proposals electronically by October 29, 2024, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil for further inquiries.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.
    Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the electrical infrastructure and ensure the operational readiness of the naval station by upgrading critical utility components. The successful contractor will be responsible for the design and construction aspects of the project, which is vital for maintaining the safety and efficiency of naval operations. Interested parties can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or contact Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further information.
    Y--P791Small Arms Testing and Evaluation Center (SATEC) Range Expansion, JEB Little Creek Fort Story Virginia Beach, Virginia
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the expansion of the Small Arms Testing and Evaluation Center (SATEC) Range at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves the construction of seven new training buildings made of reinforced concrete, capable of withstanding ballistic impacts and repetitive breaching. The buildings will support lighting, video monitoring, sound, and other equipment. Additionally, a new Range Control Building will be constructed for control, safety, and monitoring activities. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of the contract is August 2018, with a completion time of 605 calendar days after award.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    Z--Market Research is being conducted for the Dry Dock 4 Renovation at Norfolk Naval Shipyard, Portsmouth, Virginia
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking industry feedback for the Dry Dock 4 Renovation project at Norfolk Naval Shipyard in Portsmouth, Virginia. The project includes various construction activities such as the installation of a temporary cofferdam, repair of caisson seat, structural repairs to dry dock floors and walls, repair of dry dock utility systems, and renovation of pump well mechanical and electrical systems. The estimated construction cost for this project is $100-$250 million. Interested contractors with NAICS code 237990 and similar construction experience are invited to attend an Industry Day event on October 16, 2019, at the Renaissance Hotel in Portsmouth, VA. Feedback on phasing, scheduling, task challenges, and acquisition strategy will be requested. Seating is limited, and interested firms must RSVP by October 10th. This event is open to all contractors, regardless of current contracts with NAVFAC. Contact Mr. Philip Cole, the Contracting Officer, for more information.
    UPS BATTERY REPLACEMENT NORFOLK VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station, Atlantic (NCTAMS LANT), is soliciting proposals for the replacement of Uninterruptible Power Supply (UPS) Eaton batteries in Norfolk, Virginia. The procurement involves a Firm-Fixed Price contract for the replacement of batteries in two Eaton 9395 Power Xpert UPS systems, which are critical for maintaining continuous power supply to support military operations. This initiative is essential for ensuring the reliability of power systems that are vital for U.S. military communications, with the contract performance period set from September 30, 2024, to September 29, 2025. Interested contractors must submit their proposals, including technical capabilities and pricing, by September 25, 2024, and can contact Nancy Purvis at nancy.purvis.civ@us.navy.mil or Robert Joas at robert.p.joas.civ@us.navy.mil for further information.
    Fuel Systems Maintenance Dock (FSMD) Joint Base Langley Eustis, Hampton, Virginia
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a new Fuel Systems Maintenance Dock (FSMD) at Joint Base Langley Eustis in Hampton, Virginia. This project involves the development of a 26,749 square foot hangar designed to accommodate two F-22A aircraft, ensuring safe and efficient maintenance activities while providing necessary support spaces such as administration, storage, and utilities. The facility is critical for maintaining operational readiness of the F-22A aircraft and will feature modern design elements, including natural lighting and acoustical treatments to mitigate noise from the nearby flight line. Interested contractors can reach out to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil or Katelyn Vance at katelyn.vance@usace.army.mil for further details, with the solicitation amendment posted on July 1, 2024.