Bldg 514 Temporary Heat
ID: N0025324Q0074Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

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

    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the installation of temporary heating in Building 514. The project requires the contractor to install a two-stage portable heater, ductwork, and a natural gas line, with a firm fixed-price contract anticipated to fall within a budget of $100,000 to $150,000. This procurement is critical for ensuring a safe and operational environment within the facility, emphasizing compliance with safety and environmental regulations throughout the project. Interested small businesses must submit their proposals by the deadline, with a target award date set for October 31, 2024. For inquiries, potential bidders can contact James Wasson at james.k.wasson.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bldg. 514 Temporary Heat project at the Naval Undersea Warfare Center involves a firm fixed-price construction solicitation, specifically set aside for small businesses. The contractor is tasked with installing a natural gas heating unit and associated ductwork in Bldg. 514, with a project budget between $150,000 and $200,000. Key project elements include coordinating with an Engineering Technician, adhering to safety regulations, submitting various required documentation, and obtaining necessary permits. Offerors must provide detailed proposals, including technical capabilities, past performance references, and compliance with safety guidelines. The project entails strict timelines, requiring work commencement within ten calendar days of award and completion within 90 days. Quality control and environmental compliance are emphasized throughout the project, which will require ongoing coordination with base personnel and adherence to security protocols. The comprehensive documentation outlines the performance expectations and regulatory requirements for successful bidding and project execution.
    The document discusses the wage determination for a building construction project in Kitsap County, Washington, under the Davis-Bacon Act. It outlines the applicable minimum wage rates mandated by Executive Orders 14026 and 13658, which require contractors to pay covered workers at least $17.20 or $12.90 per hour, respectively, depending on the contract date. The wage determination lists various classifications of labor required for the project, including rates for operators, electricians, laborers, and more, alongside their corresponding fringe benefits. Additionally, it emphasizes contractor obligations regarding worker protections, including the provision of paid sick leave under Executive Order 13706. The document serves as a vital reference for ensuring compliance with federal wage standards in government contracts, facilitating transparency and fair compensation among workers. It also provides details on the appeals process for wage determinations, ensuring that all stakeholders understand their rights and responsibilities regarding wage compliance. Overall, the file highlights the federal government's commitment to fair labor practices within construction projects funded through federal or state contracts.
    The government file details multiple projects concerning the replacement and installation of various assets, including ladders, breathing air filters, and carpeting. Each project specifies asset numbers, descriptions, installation details, associated costs (including labor and material), and vendor contacts. Key points emphasize the necessity of separate line items for each asset when issued by "EACH," and the inclusion of both old and new assets in the documentation process. Notably, there are requirements for cost calculations to account for the removal of outdated assets. The projects are managed under specific contract numbers, with agreements detailing warranty expirations, installation dates, and specifications for asset installation locations. The initiative aims to maintain and upgrade government facilities while ensuring compliance with federal guidelines regarding asset replacement and handling, providing clear documentation for future reference and accountability in government contracting processes.
    The "Safety Requirements for Contractors and Subcontractors" document by the NUWC Division Keyport delineates essential safety protocols for contractors and subcontractors operating within their facilities. Its primary purpose is to ensure a safe working environment compliant with federal, state, and local safety standards, particularly OSHA regulations. The document outlines contractor responsibilities, including the establishment of safety programs, training on hazardous materials, personal protective equipment (PPE) requirements, and emergency action procedures. It mandates contractors to maintain ongoing safety inspections, certify hazard assessments, and report accidents promptly. The requirements extend to specific hazards, including asbestos management, electrical safety, confined spaces, and operation of pressurized systems, emphasizing adherence to prescribed regulations. Clear communication channels with designated safety representatives are established, ensuring rapid response to safety issues. By delineating these comprehensive safety guidelines, the document reflects the government’s commitment to fostering a culture of safety, thereby protecting the health and well-being of personnel involved in mission-critical operations across NUWC facilities and surrounding detachments.
    The "Guide to Environmental Compliance Requirements for Contractors and Subcontractors" at Naval Base Kitsap (NBK) Keyport outlines mandatory adherence to federal, state, and local environmental regulations for contractors working on-site. It serves as a reference to ensure all activities are carried out responsibly, promoting environmental protection and compliance with existing laws, particularly regarding hazardous materials and waste management. Key sections address emergency response protocols, hazardous material management, spill prevention, waste categorization, and recycling. Contractors are required to familiarize themselves with compliance training, submit necessary documentation, and engage with the Base Environmental Office for guidance and approval of material usage on base. The guide emphasizes that non-compliance can result in severe penalties, making it imperative for contractors to understand and integrate these standards into their operations. This document not only facilitates environmental stewardship but also ensures that contractors fulfill obligations linked to government RFPs and grants, fostering a collaborative approach to achieving the Navy's environmental responsibilities.
    The "Operations Security (OPSEC) Guide for Defense Contractors" outlines essential guidelines for contractors engaged with the Naval Undersea Warfare Center Division Keyport. Its primary focus is to ensure the protection of Critical Information (CI) essential to national security by defining OPSEC processes that identify vulnerabilities, threats, and required countermeasures. Key sections include contractor requirements, specific training mandates, and protocols for developing OPSEC plans. Contractors must restrict the use of personal electronic devices, avoid public discussions regarding government operations, and secure sensitive information against unauthorized disclosures. Training is mandatory within 30 days of contract assignment and annually thereafter. Furthermore, any costs related to OPSEC compliance should be incorporated into bids or proposals. The document underscores the significance of OPSEC for contractors that will have access to sensitive areas or materials, emphasizing that adherence to OPSEC measures is mandatory in addition to existing security practices stipulated in the National Industrial Security Program. Overall, this guide serves as a crucial resource for maintaining the integrity of defense operations and protecting U.S. interests from adversary actions.
    The document is a Schedule of Prices and Contract Performance Statement for the KB Dock/Keyport Piers Ladder Replacement project associated with the Naval Undersea Warfare Center (NUWC) Keyport. It outlines various budget categories including labor, materials, equipment, and insurance, alongside an activity ID for tracking purposes. However, all entries show a budget value, labor, materials, equipment, and performance percentages as $0.00, indicating that no expenses have been incurred or billed for the project to date. The invoice number, subcontractor details, and the location are not provided, further emphasizing the absence of financial activity. This document functions as a formal record required in federal contracting and grant processes, potentially reflecting early planning stages in a government contract, where thorough financial oversight is crucial in ensuring budget compliance and tracking project costs.
    The document is a federal government form outlining the requirements for submitting past performance references in response to a Request for Proposal (RFP). It necessitates the offeror to list major subcontractors and provide detailed information for up to five references, which includes the contract number and title, role (prime or subcontractor), description of the requirement, and relevance of the contract. Critical details required include the contract type, performance period, maximum contract value, final contract value, and primary points of contact, such as program managers and contracting officers. Additionally, the document instructs offerors to include any problems encountered and corrective actions taken regarding the contracts and subcontracts, but warns against providing general performance information, as the government will obtain that separately. This framework supports the evaluation of offerors based on their past performance, ensuring accountability and relevance in federal contracting procedures, which are crucial for effective project execution and integrity in public procurement practices.
    The document is a BID FORM for a federal or state/local project, outlining the requirements for submitting a proposal. It emphasizes the importance of referring to the "Scope of Work" associated with the project. Key elements include the location, contractor information, and a detailed breakdown of costs related to labor, equipment, materials, and sub-contractor performance. The form specifies line items for task descriptions, quantities, and costs, culminating in the calculation of the total project cost, including overhead, profit margin, and bonding percentage. The main objective of this document is to facilitate the procurement process by ensuring bidders provide comprehensive and clear financial proposals for the project's base bid. Through structured cost categories, the form aims to promote transparency and consistency in bids submitted for government contracts, ultimately supporting efficient project management and financial accountability.
    The document is a Pre-Proposal Inquiry Form associated with a federal solicitation, aimed at collecting inquiries related to a solicitation process managed by the Navy. It includes essential sections for inputting the solicitation number, title, date, contact information, and specific inquiries from potential bidders or interested parties. The purpose of the form is to facilitate the submission of questions about the solicitation, ensuring clarity and transparency. Responses to these inquiries will be provided in red by the designated contact, Kitty Candelaria, through the specified email. The form highlights the significance of clear communication in government RFP processes, allowing stakeholders to seek clarification on project details to enhance their proposal submissions. Overall, it serves as a tool for fostering interaction and ensuring an informed bidding process.
    The document presents a Safety Data Sheet form required from offerors participating in federal and state RFPs. It outlines the submission process for safety information, mandating that only completed safety data for the last five calendar years be reported. Key components include the reporting of OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) and Total Recordable Case (TCR) rates, with explanations required for any concerning trends above specified thresholds. The form calls for a narrative detailing the offeror's Safety Management System, which encompasses management involvement, employee participation, hazard prevention, and safety training. Furthermore, it addresses the evaluation of subcontractors and oversight mechanisms for maintaining safety compliance throughout contract execution. This structured approach is designed to ensure that safety standards are upheld and risks are managed effectively across all levels of operation within the constraints of government contracts, reflecting the emphasis on public safety and regulatory compliance in governmental projects.
    The Occupational Safety and Health Administration (OSHA) provides essential forms for employers to record work-related injuries and illnesses, ensuring compliance with the OSH Act of 1970. Employers with fewer than ten employees or those in certain exempt industries are typically not required to complete these records; however, all employers must report incidents resulting in fatalities or severe injuries. The forms included are the Log of Work-Related Injuries and Illnesses (Form 300), Summary of Work-Related Injuries and Illnesses (Form 300A), and the Injury and Illness Incident Report (Form 301). Employers must maintain a log for each establishment and post the summary annually from February 1 to April 30. Accurate recordkeeping is vital for monitoring workplace safety, facilitating analysis of workplace hazards, and compliance with federal regulations. Employers must also keep records for five years and submit certain information electronically to OSHA if required. The document emphasizes definitions of work-relatedness, classification of injuries and illnesses, and conditions under which records must be maintained. Through these measures, OSHA aims to minimize workplace injuries and promote safe working conditions across the nation.
    Lifecycle
    Title
    Type
    Bldg 514 Temporary Heat
    Currently viewing
    Solicitation
    Similar Opportunities
    Bldg 514 Re-insulate process water piping
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the re-insulation of process water piping in Building 514 located in Keyport, Washington. The project entails the removal of existing pipe insulation and heating cables, replacement of heating cables, re-insulation of chiller lines, and installation of pressure reducing valves with freeze protection, all while adhering to strict safety and environmental regulations. This contract is a total small business set-aside with an estimated value of less than $25,000, and the anticipated award date is October 31, 2024. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by October 12, 2024, with inquiries directed to Michelle Farrales at michelle.a.farrales.civ@us.navy.mil.
    Industrial Portable Heaters
    Active
    Dept Of Defense
    The Department of Defense, specifically the 55th Logistics Readiness Squadron at Offutt Air Force Base, is seeking to procure portable industrial heaters with a capacity of over 400,000 BTUs for use in cold weather conditions. The heaters must be diesel-fueled, feature forced air functionality, and include attachments for 12" hoses, a cab heater, an inside dome light, a cargo box with cover, and an engine oil dipstick, all while ensuring portability. This acquisition is critical for maintaining operational efficiency of the vehicle fleet during winter months, as it addresses issues related to diesel engine performance in extreme cold. Interested small businesses must submit their quotes by September 18, 2024, and ensure their pricing remains valid for 60 days post-submission. For further inquiries, potential bidders can contact Gustavo Davila at gustavo.davila@us.af.mil or Joshua Connelly at joshua.connelly.1@us.af.mil.
    56--Heater Replacement, Building 80
    Active
    Dept Of Defense
    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.
    MCP Heaters
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the provision and installation of direct vent propane heaters for Mobile Command Posts (MCPs) at Fairchild Air Force Base in Washington. The contractor will be responsible for all labor, materials, and equipment necessary to install and test the heaters, ensuring compliance with the attached Statement of Work and relevant regulations. This initiative is crucial for maintaining the safety and comfort of SERE instructors during winter training, emphasizing the importance of operational readiness. Interested small businesses must submit their quotes in accordance with the outlined protocols and deadlines, and can contact Kathleen L. Rauch at kathleen.rauch@us.af.mil or 509-247-4865 for further information.
    44--STEAM HEATERS, THIS IS A PRE-SOLICITATION NOTICE ONLY.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DLA MARITIME - PUGET SOUND intends to issue a solicitation for the procurement FOR THE MANUFACTURE OF STEAM HEATERS for the Puget Sound Naval Shipyard and IMF., Maintenance operations. This requirement will be solicited on a 100% small business set-aside basis using the commercial item procedures in FAR Parts 12 and 13. This product is on the non-manufacturer waiver list. It is anticipated that the resultant contract will be a firm fixed price (FFP) type commercial purchase order. This requirement will utilize low price technically acceptable evaluation factors in determining the successful offer. The FOB will be DESTINATION Bremerton, WA. It is anticipated that the solicitation will be posted on or about 01 DECEMBER 2016 The RFQ will be posted on the Navy Electronic Commerce Online (NECO) web link at https://neco.navy.mil and will also be available for download at http://fedbizops.gov/. The closing date of the solicitation will be 15 days from posting.
    44--HEATER,FLUID,ELECTR - AND OTHER REPLACEMENT PARTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of fluid heaters and other replacement parts. This contract falls under the NAICS code 332919, which pertains to Other Metal Valve and Pipe Fitting Manufacturing, and is critical for maintaining operational readiness and efficiency within naval operations. Interested vendors should note that the procurement includes specific quality requirements and compliance with various federal regulations, with proposals due to be submitted as per the outlined instructions. For further inquiries, potential bidders can contact Bridget M. Murphy at 215-697-5047 or via email at bridget.m.murphy6.civ@us.navy.mil.
    Installation of Cooling-Only Split System, Barnes Building, Boston, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is soliciting bids for the installation of a cooling-only split HVAC system at the Barnes Building located in Boston, MA. The project requires contractors to provide all necessary materials, equipment, and labor to install a 24,000 BTU wall-mounted indoor unit and a corresponding outdoor unit in a designated IT closet, with a total project magnitude estimated between $25,000 and $100,000. This procurement is particularly significant as it is set aside for small businesses, emphasizing the importance of compliance with federal safety and environmental standards throughout the installation process. Interested vendors must ensure they have an active registration in SAM.gov and submit their proposals by the extended deadline of September 20, 2024, with inquiries directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    16--HEATER,WEAPONS BAY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure five units of the Heater, Weapons Bay, under a presolicitation notice. This procurement involves the repair and modification of the specified heater, identified by NSN 7R-1660-016336179-P8, and is critical for maintaining operational capabilities in aircraft systems. Interested vendors are encouraged to submit their interest and capability statements within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, interested parties may contact Joseph F. Bodnik at (215) 697-2196 or via email at JOSEPH.BODNIK@NAVY.MIL.
    Lock and Dam 3 Boiler Replacement.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of a low-pressure water boiler at Lock and Dam 3 in Welch, Minnesota. The project requires the installation of a new boiler with a capacity of approximately 300,000 BTUs per hour, which must be integrated into the existing HVAC system, while also removing the old boiler and associated plumbing. This procurement is significant for maintaining essential infrastructure and is fully set aside for small businesses under NAICS code 238220, with an estimated construction cost ranging from $25,000 to $100,000. Interested contractors must complete the installation within five days of receiving the notice to proceed, with a final deadline of October 31, 2024. For further inquiries, potential bidders can contact Theodore Hecht at the provided email or phone number.
    UEM B3163, CTG Solar Turbine (deleted HRSG Boiler, and Gas Booster) Reoccurring Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Washington, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for recurring maintenance of the UEM B3163 CTG Solar Turbine, including the deleted HRSG Boiler and Gas Booster, at the Naval Support Facility in Indian Head, Maryland. The contract requires the selected contractor to provide all necessary labor, materials, equipment, and supervision for maintenance services over a base period of one year, with four additional one-year option periods available. This procurement is critical for ensuring the operational readiness and compliance of essential energy infrastructure, emphasizing the importance of high-quality maintenance services. Proposals are due by 2:00 PM EST on September 23, 2024, and interested parties should direct inquiries to Cynthia Wright at cynthia.wright@navy.mil or Susan K. Swann at susan.swann@navy.mil.