Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
ID: 1305M324R0086Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

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 proposals for the Electrical Upgrade Project at the Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Key Biscayne, Florida. The project aims to replace aging electrical components, including transformers and panelboards, to enhance safety and operational efficiency, while ensuring compliance with applicable codes and environmental regulations. This total small business set-aside contract, with a budget ranging from $1 million to $5 million, requires contractors to provide all necessary labor, materials, and equipment, and to complete the work within 365 days. Interested parties must submit their proposals by September 25, 2024, and can direct inquiries to Heidi Washburn at heidi.washburn@noaa.gov or Jerrod Schleis at jerrod.schleis@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation number 1305M324R0086, outlining necessary changes for contractors responding to an RFP. It emphasizes the importance of acknowledging amendments in submissions and provides the timeline for submissions, including the consequences of late acknowledgements. Key amendments include updated solicitation provisions, scheduled site visits for construction, and detailed instructions for proposal preparation. Offerors must submit a technical proposal and a price proposal, each structured with specific guidelines. The technical proposal should provide insights into the contractor's capabilities, approach to site conditions, and prior experience, particularly highlighting project management and safety practices. Past performance documentation from recent government or industry contracts is required to assess reliability and effectiveness. The price proposal must be substantiated with supporting documentation to ensure competitive pricing. The amendment reinforces the importance of a clear and organized submission process to facilitate evaluation and contract award decisions. Overall, the document serves to refine and clarify expectations for potential contractors in the bidding process for federal government contracts.
    This Statement of Work (SOW) details an electrical upgrade project for the National Oceanic and Atmospheric Administration (NOAA) at the Atlantic Oceanographic and Meteorological Laboratory in Miami, Florida. The primary goal is to replace aging electrical components to enhance infrastructure safety and functionality. The project encompasses all necessary labor, materials, compliance with applicable codes, and the disposal of outdated materials. Key tasks include detailed inspections, replacements of transformers and electrical panelboards, installation of new grounding methods, and adherence to safety regulations. The contractor is mandated to submit various plans (safety, quality control, scheduling) within specific timeframes and conduct ongoing inspections to ensure compliance with the contract's requirements. The project must be completed within 365 days, with regular progress and final inspections outlined. The contractor is also responsible for training NOAA staff on the new systems, providing maintenance manuals, and ensuring environmental protections are in place throughout the work process. The outlined procedures emphasize a holistic approach to safety, quality, and adherence to environmental regulations, reflecting NOAA’s commitment to maintaining modern, safe facilities for ongoing research activities.
    Engineered Electric Services, LLC performed an Arc Flash Risk Assessment for the NOAA facility in Miami, Florida. This assessment addresses electrical safety by minimizing shock and flash hazards which can cause injury or disruption. The report is structured to include various analyses, such as utility data, arc flash evaluations per NFPA 70E-2021, device settings, and equipment evaluations. Significant findings reveal issues with protective devices, including 16 failing and 11 marginally operational devices, indicating a risk during electrical faults. Additionally, recommendations include panel labeling, proper sizing of fuses and wires, and addressing outdated circuit breakers. The analysis emphasizes the importance of adherence to safety codes and continuous maintenance practices to ensure safety in the electrical distribution system. It suggests implementing an Electrical Safety Program alongside regular training for personnel on proper personal protective equipment usage. The summary highlights the need for improved labeling and monitoring of electrical systems to comply with OSHA and NFPA regulations, reinforcing the report’s commitment to safeguarding personnel and enhancing operational reliability.
    Engineered Electric Services (EES) performed Equipment Grounding Continuity and Earth Grounding Resistance Tests at NOAA Miami, following an authorization from Golden Wolf. The report summarizes testing methods, results, and recommendations. The Earth Ground Resistance Test utilized the Fall of Potential Method, yielding a result of 1.24 ohms, which complies with the National Electric Code, suggesting a standard of 25 ohms or less, with a state recommendation of 5 ohms due to lightning risk. All continuity test results were satisfactory, highlighting efficient connections among equipment. Recommendations include adding an additional ground bar and re-terminating branch grounds to improve the grounding system. This assessment aligns with safety and compliance protocols critical for federal and state electrical infrastructure, ensuring continued operational integrity.
    The document outlines the replacement of electrical components as part of a government project. It specifies various items requiring attention, including transformers, panelboards, breakers, disconnects, and circuit breakers within panelboards. The emphasis is on the necessity of replacing these components to maintain safety and operational efficiency. This indicates a broader initiative aimed at upgrading outdated electrical systems, likely in alignment with government standards for infrastructure maintenance. The outlined replacements suggest a planned approach to enhancing the reliability of electrical distribution systems, presenting a clear need for contractors or vendors capable of executing this work. This document primarily serves as a call for proposals or bids related to the electrical system upgrades under government oversight.
    The United States Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) provides a comprehensive list of banned construction materials as of January 2021, primarily focusing on compounds harmful to the environment, particularly ozone-depleting substances. The document details various categories of these materials, including Chlorofluorocarbons (CFCs), Hydrochlorofluorocarbons (HCFCs), Hydrofluorocarbons (HFCs), Halons, chlorinated solvents, bromocarbons, iodocarbons, and several others. Each section describes specific molecules, names, and common applications. The materials listed are primarily associated with insulation, spray cans, solvents, and fire suppression systems, emphasizing their role in construction applications that could negatively impact atmospheric health. The purpose of the document is to guide compliance in federal, state, and local construction projects by prohibiting the use of these harmful substances, aligning with broader environmental protection initiatives.
    The document outlines wage determination for building construction projects in Miami-Dade County, Florida, relevant to contracts governed by the Davis-Bacon Act. It stipulates that contracts entering into effect or extending after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of at least $17.20 per hour for covered workers. Contracts awarded from January 1, 2015, to January 29, 2022, follow a lower wage requirement of $12.90 per hour per Executive Order 13658 if not renewed after the stipulated date. The document provides classified wage rates for various construction-related roles, including Asbestos Workers, Carpenters, and Elevator Mechanics, with additional fringe benefits specified. It emphasizes the need for conformance requests if job classifications aren't listed. Furthermore, it details the appeals process for wage determinations, reinforcing transparency and opportunities for review. The overarching aim is to ensure fair compensation in compliance with federal regulations and protect worker rights in federally funded construction projects.
    The document serves as a structured guide for updating the SMS-BUILDER database related to federal asset inventory, outlining specific fields required for project organization and data entry. Key sections include the project’s contract number, line office, asset location details, component classifications, quantities, installation years, and unique identifiers. The categories for each component are well-defined, covering various physical and mechanical building elements, ensuring comprehensive data collection. Authorized personnel can indicate whether to add or remove data, with each entry requiring a detailed description and measurements pertinent to equipment performance. The overarching purpose is efficiency in managing federal asset inventories, facilitating responses to requests for proposals (RFPs), and ensuring compliance with federal and local regulations. Through systematic categorization and precise details, the document emphasizes the importance of maintaining current and accurate asset inventories to support federal grants and RFPs, reflecting a commitment to transparent and accountable management of government resources.
    The document pertains to the solicitation 1305M324R0086 and addresses inquiries related to a federal procurement process. It confirms the existence of as-built drawings available on SAM.gov and clarifies that the current phase is a solicitation. Attending site visits is recommended but not mandatory, with two organized visits scheduled for August 20 and September 11, 2024. The proposal formatting is revised to allow exemptions in font size and spacing for specific sections like resumes and schedules, facilitating detailed responses to RFP questions. A preliminary construction schedule is not mandatory, aligning with previous formatting adjustments. All relevant bid documentation is accessible on SAM.gov, ensuring transparency and clarity for potential bidders. The responses illustrate the government's commitment to providing comprehensive guidance for submitting proposals while adhering to federal regulations and standards for procurement processes.
    This solicitation outlines a request for proposals (RFP) for an electrical upgrade project at the Atlantic Oceanographic and Meteorological Laboratory (AOML) in Miami, FL. The contractor is tasked with providing all necessary effort, planning, labor, materials, and equipment for the project. This solicitation is designated as a total small business set-aside under the North American Industry Classification System (NAICS) code 238210, which is limited to businesses with revenues below $19 million. The projected budget for this contract ranges from $1 million to $5 million. Required submissions include performance and payment bonds, with specific timelines outlined for project commencement and completion, as well as a detailed project schedule due within five days of work start. Additional requirements mandate that contractors must ensure the health and safety of personnel, submit progress reports bi-weekly, and comply with federal regulations regarding hiring practices, procurements from AbilityOne nonprofit organizations, and sexual harassment prevention training. The document emphasizes the importance of thorough review by bidders to ensure compliance with submission guidelines, as incomplete proposals will be deemed nonresponsive and rejected. Overall, the RFP aims to ensure a comprehensive and compliant approach to upgrading AOML’s electrical facilities while providing oversight and accountability throughout the contracting process.
    Similar Opportunities
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    Manchester Campus Addition Construction at the Manchester Research Station in Port Orchard, Washington
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the Manchester Campus Addition Construction project at the Manchester Research Station in Port Orchard, Washington. This project involves the construction of a new, energy-efficient facility spanning approximately 24,000 gross square feet, which will include advanced laboratory spaces for marine species research and studies on ecosystem impacts, consolidating various functions currently spread across multiple sites. The procurement will follow Full and Open Competition guidelines, utilizing a Best Value approach where technical factors are prioritized over cost, with an estimated construction budget between $25 million and $35 million and a projected completion timeline of 700 days. Interested contractors must be registered with the System for Award Management (SAM) and are invited to a pre-submission site visit on February 21, 2025, with the official solicitation expected to be published on February 4, 2025. For further inquiries, contractors can contact Ronette McBean-Felder at ronette.mcbean-felder@noaa.gov or Scott Gebhardt at scott.gebhardt@noaa.gov.
    Synopsis for Architect-Engineer (A-E) Services for NOAA Global Monitoring Laboratory (GML) American Samoa Atmospheric Baseline Observatory (SMO)
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer (A-E) firms to provide design services for the American Samoa Atmospheric Baseline Observatory (SMO), focusing on the development of a renewable energy system aimed at achieving net-zero electricity. The project requires expertise in electrical, structural, and wind engineering to design a system incorporating photovoltaic (PV) technology, battery energy storage (BESS), and wind energy solutions. This initiative is crucial for advancing NOAA's sustainability goals and enhancing atmospheric research capabilities in a challenging island environment. Interested firms must submit their proposals by September 27, 2024, with the anticipated contract value ranging between $1,000,000 and $5,000,000. For further inquiries, contact Stephanie Mas at STEPHANIE.MAS@NOAA.GOV or call 303-578-6768.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    150hp Four Stroke Outboard Engines Amendment 0001
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp four-stroke outboard engines for the R/V GBN1 vessel. The solicitation, identified as number 1333MJ24Q0042, requires compliance with U.S. regulations, including the Buy American Act, and emphasizes specific technical requirements such as a fly-by-wire system and hydraulic steering. This procurement is crucial for maintaining NOAA's marine operations, ensuring that the vessel is equipped with reliable and efficient engines. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Darrin Moore at darrin.moore@noaa.gov.
    150hp Four Stroke Outboard Engines
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp Four Stroke Outboard Engines. The primary objective of this solicitation, numbered 1333MJ24Q0042, is to acquire these engines with specific technical and shipping requirements, including a delivery deadline of November 30, 2024, to Miami, Florida. These outboard engines are crucial for NOAA's operational capabilities, supporting various marine and environmental missions. Interested small businesses must submit their offers, ensuring compliance with the Buy American Act and other federal regulations, with all submissions due by the specified deadline. For further inquiries, potential bidders can contact Darrin Moore at darrin.moore@noaa.gov.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Active
    Commerce, Department Of
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.
    Evaluation, repair and upgrade of 4 each LIMITER, TR, BEVERLY MICROWAVE PN: BS-2000-320-0000, ASN: R400-2A5A1.
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to evaluate, repair, and upgrade four LIMITER, TR, BEVERLY MICROWAVE units, part number BS-2000-320-0000, from the original equipment manufacturer, Communications & Power Industries LLC, located in Beverly, Massachusetts. This procurement is justified as a sole source due to the unique capabilities of the manufacturer, which is the only authorized source for repairs of these specific devices. The TR Limiter is a commercially available item critical for NOAA's operations, and the government does not possess the data rights necessary for alternative repairs. Interested parties can reach out to Adrian Hall at adrian.hall@noaa.gov or by phone at 816-926-3357 for further information.