Inspect and repair roofs of SBNMS offices
ID: 1305M224Q0343Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Roofing Contractors (238160)

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 contractors for the inspection and repair of the roof at the Stellwagen Bank National Marine Sanctuary Administration Building located in Scituate, Massachusetts. The project involves assessing and remediating minor leaks in the roof, which was replaced in 2019, with a requirement for a comprehensive inspection and subsequent repairs to be completed by December 15, 2024. This initiative is crucial for maintaining the integrity and safety of a federal building, ensuring compliance with environmental and regulatory standards. Interested contractors must submit their proposals within 90 calendar days, with work expected to commence by September 11, 2024. For further inquiries, potential bidders can contact Randall Chatfield at RANDALL.CHATFIELD@NOAA.GOV.

    Point(s) of Contact
    CHATFIELD, RANDALL
    RANDALL.CHATFIELD@NOAA.GOV
    Files
    Title
    Posted
    The document outlines wage determinations under the Davis-Bacon Act for building construction projects in Plymouth County, Massachusetts, effective from August 23, 2024. It specifies compliance with federal minimum wage laws as dictated by Executive Orders 14026 and 13658, detailing wage rates for various trades, including laborers, electricians, carpenters, and more. If contracts initiated or extended are covered, workers must be compensated at specified minimum hourly rates, with the applicable wage rate influenced by ongoing annual adjustments. The wage determinations also include provisions for paid sick leave as per Executive Order 13706, prohibiting employers from under-compensating employees. Furthermore, the document describes the appeal processes available for disputes regarding wage classifications and rates. This wage determination is critical for contractors and workers involved in federally funded construction projects, ensuring compliance with labor laws and effective management of public funds.
    This document is a solicitation for a federal construction contract for the inspection and repair of the roof at the Stellwagen Bank National Marine Sanctuary Administration Building in Scituate, Massachusetts. The solicitation outlines key information such as the project's number, deadlines, and specific requirements related to contractor performance. The contractor is required to provide performance and payment bonds, adhere to the Statement of Work, and comply with various federal regulations regarding labor, safety, and environmental standards. It includes clauses that ensure the fair treatment of workers and promote small business involvement, as well as provisions against the use of certain telecommunications equipment. Offers must be submitted within 90 calendar days for government acceptance, and the work is expected to start with notice to proceed by September 11, 2024, to be completed by December 15, 2024. The document emphasizes compliance with the Buy American Act and outlines requirements for bonding and insurance, ensuring that contractors understand their obligations to maintain safety standards and document keeping throughout the contract period. This solicitation serves to facilitate competitive bidding while ensuring government accountability and transparency in contracting processes.
    The National Oceanic and Atmospheric Administration (NOAA) has issued a Request for Proposal (RFP) for the inspection and repair of the roof of the Stellwagen Bank National Marine Sanctuary Administration Building in Scituate, MA. The roof, replaced in 2019, has exhibited minor leaks that require assessment and remediation. The contractor will be tasked with conducting a thorough inspection, reporting the conditions found, and executing necessary repairs by December 15, 2024. Compliance with all applicable laws and regulations is mandatory. Key deliverables include a report on the roof’s condition and completion of repairs, with specific timelines outlined for each task. The contractor must provide their personnel and material, as the government will not supply any resources, and is responsible for quality control throughout the contract. Environmental responsibility is emphasized, urging the use of eco-friendly methods and products. A designated point of contact, David Slocum, will oversee the contract’s execution and ensure that standards are maintained. In summary, this project aims to preserve the integrity of a federal building while ensuring safety and compliance with regulatory standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--REPLACE ROOF ON OREGON INLET FEE KIOSK
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the roof on the Oregon Inlet Fee Kiosk located at Cape Hatteras National Seashore. The project entails installing a new standing seam metal roofing system designed to withstand wind speeds of up to 120 mph, with a total estimated cost of under $25,000. This procurement is a 100% small business set-aside, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested contractors must register in the System for Award Management (SAM) and submit their firm-fixed price quotes by September 17, 2024, at 3:00 PM EST, with a site visit scheduled for September 10, 2024. For further inquiries, contractors can contact Marilia Mateo at mariliamateo@nps.gov or by phone at 305-242-7742.
    Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
    Active
    Commerce, Department Of
    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.
    66--FUME HOOD AND DOWNDRAFT TABLE HVAC INSTALLATION
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is soliciting quotes for the installation of a new fume hood and downdraft table HVAC system at Building 600 in Charleston, South Carolina. The project involves modifications to existing ductwork and HVAC systems, with a firm fixed price contract awarded based on the Lowest Price Technically Acceptable method, specifically reserved for small businesses under NAICS code 238220. This initiative is crucial for enhancing NOAA's operational capabilities in coral culture research and marine environmental health, ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 17, 2024, at 10:00 AM EST, and can direct inquiries to Andre Frantz at andre.frantz@noaa.gov or by phone at 757-317-0686.
    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.
    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.
    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.
    FY 25 INTERMEDIATE DRYDOCKING AND REPAIRS TO NOAA SHIP GORDON GUNTER
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide intermediate drydocking and repairs for the NOAA Ship Gordon Gunter for fiscal year 2025. The procurement involves comprehensive maintenance services, including inspections and repairs to ensure the vessel's operational readiness for NOAA's research missions, with a focus on adhering to safety and quality standards. This contract is critical for maintaining the functionality of NOAA's fleet, which supports vital environmental and oceanographic research. Interested vendors must submit their quotes electronically by September 16, 2024, and can request specification documents by contacting Michelle Blake at michelle.blake@noaa.gov or Andrew J. Northcutt at Andrew.Northcutt@noaa.gov.
    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.
    Oscar Dyson FSV Midlife Extension Program
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the Oscar Dyson FSV Midlife Extension Program, aimed at overhauling and upgrading the NOAA Ship Oscar Dyson. The procurement involves extensive maintenance and modernization tasks, including structural repairs, propulsion enhancements, and the installation of new systems such as a Diesel Exhaust Fluid (DEF) tank, with a strong emphasis on compliance with federal standards and environmental regulations. This initiative is crucial for maintaining the operational efficiency and capabilities of NOAA's fisheries survey missions. Interested parties must submit their proposals by September 16, 2024, and can direct inquiries to Shawn Griscom at Shawn.Griscom@noaa.gov or Ashley Perry at ashley.perry@noaa.gov.
    Marine Construction - West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Marine Construction project involving the West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, Massachusetts. The project aims to replace a significantly corroded bulkhead, enhancing the structural integrity of the marine facility, and includes the installation of new steel sheet piles, concrete structures, and associated site improvements. This federal contract, estimated to cost between $5 million and $10 million, requires compliance with various federal regulations and mandates that bids be submitted electronically by September 20, 2024. Interested contractors should contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further information.