Mauna Loa Atmospheric Baseline Observatory (MLO) Network for the Detection of Atmospheric Composition Change (NDACC) Roof Repairs
ID: REQUIREMENTS-25-0028Type: Presolicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) ENVIRONMENTAL LABORATORIES (Z1HZ)

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 preparing to solicit proposals for roof repairs at the Mauna Loa Atmospheric Baseline Observatory (MLO) Network for the Detection of Atmospheric Composition Change (NDACC) in Hawaii. The project involves replacing the existing wood decking with pressure-treated wood, with options for non-corrosive metal decking and electrical upgrades, highlighting the importance of maintaining the facility's structural integrity for atmospheric research. The estimated construction cost ranges from $500,000 to $1 million, with a performance period of approximately 160 days following the Notice to Proceed, and the anticipated Request for Proposal is expected to be issued around November 2024, with proposals due in December 2024. Interested parties can contact Sarah Corey at sarah.corey@noaa.gov or Remo Dela Cruz at remo.dela-cruz@noaa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The presolicitation notice outlines the upcoming Mauna Loa NDACC Roof Repairs Project at the Mauna Loa Atmospheric Baseline Observatory in Hawaii. The government plans to solicit proposals for replacing the roof's wood decking with pressure-treated wood, with options for non-corrosive metal decking and electrical upgrades. The project's estimated construction cost is between $500,000 and $1 million, with a performance period of approximately 160 days following a Notice to Proceed. The anticipated Request for Proposal will be issued around November 2024, with proposals due in December 2024. This procurement is designated as a Total Small Business set-aside, and the work falls under the NAICS code 238160, which pertains to roofing contractors. Overall, the notice serves to inform potential bidders of the upcoming contract opportunity while emphasizing compliance with federal regulations and requirements.
    Similar Opportunities
    Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
    Active
    Commerce, Department Of
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is soliciting 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 an estimated value between $1 million and $5 million, requires contractors to provide all necessary labor, materials, and equipment, with a completion timeline of 365 days. Interested parties should submit their proposals by November 4, 2024, and can direct inquiries to Heidi Washburn at heidi.washburn@noaa.gov or Jerrod Schleis at jerrod.schleis@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.
    Bldg 1005 and 1308 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs at Buildings 1005 and 1308 located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of existing roofing materials and installation of new roofing systems, adhering to strict safety and environmental protocols, with a total estimated cost between $1 million and $5 million. This procurement is part of ongoing infrastructure maintenance efforts, emphasizing compliance with federal standards and labor laws, including the Davis-Bacon Act. Proposals are due by November 12, 2024, with a site visit scheduled for October 22, 2024; interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Oscar Dyson FSV Midlife Extension Program
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking contractors for the Oscar Dyson Fisheries Survey Vessel Midlife Extension Program. This federal contract involves extensive upgrades and repairs to the vessel, including structural enhancements, propulsion system repowering, and electrical system improvements, all aimed at ensuring compliance with regulatory standards and enhancing operational efficiency. The initiative is crucial for maintaining the vessel's capabilities in fisheries surveys and oceanographic research, reflecting NOAA's commitment to modernizing its maritime assets while minimizing environmental impacts. Interested contractors should contact Shawn Griscom at Shawn.Griscom@noaa.gov or 757-302-7783 for further details, with proposals due by December 23, 2024, and an estimated project value of approximately $1.071 million.
    NOAA Applanix IDIQ Market Research
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to establish a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract with Applanix Corporation for repairs and upgrades to proprietary government-owned equipment. The procurement will cover supplies and services for all NOAA Applanix equipment, ensuring that maintenance, repair, and upgrades adhere to Applanix’s established standards and specifications. This initiative is crucial for maintaining the operational integrity of NOAA's fleet, which includes oceanographic survey ships and aircraft. Interested parties who believe they can meet the requirements are encouraged to submit a statement of capabilities to Contract Specialist Chris Meconnahey at chris.meconnahey@noaa.gov by 4:00 PM EST on October 22, 2024.
    ProTech 2.0 - Weather Domain RFP
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is issuing a Request for Proposal (RFP 1305M425R0001) for the ProTech 2.0 - Weather Domain, aimed at acquiring Professional, Scientific, and Technical Services. This procurement is a total small business set-aside and encompasses a five-year base period with an option for an additional five years, supporting NOAA's National Weather Service and other related offices with a ceiling amount of $8 billion across four domains: Satellite, Fisheries, Oceans, and Weather. The services sought include scientific research, data processing, forecasting assistance, and technical support, which are crucial for enhancing NOAA's capabilities in weather, water, and climate data. Interested parties should direct inquiries to Pierre Smith at pierre.s.smith@noaa.gov or Lucjan Haber at lucjan.haber@noaa.gov, and are advised to monitor SAM for updates and amendments related to the solicitation.
    Notice of Intent to Sole Source: Marine Optical Buoy (MOBY) Operations and Technology Refresh
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract to the San Jose State University Research Foundation for the Marine Optical Buoy (MOBY) Operations and Technology Refresh. This contract aims to enhance the system vicarious calibration capability by delivering and supporting the refreshed MOBY systems (MOBY 2.0), which are crucial for ensuring the accuracy and reliability of ocean color measurements used in satellite data calibration. The work will be performed in Honolulu, Hawaii, with the solicitation number 1332KP24R0032, and interested parties are encouraged to submit capability statements for consideration. For inquiries, contact Kimberly DeLong at kimberly.delong@noaa.gov or Lauren Jayne at lauren.jayne@noaa.gov.
    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.
    RR460 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the RR460 Roof Repairs project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive roof repairs, including the demolition of existing roofing materials and the installation of a new modified bitumen roofing system, while ensuring minimal disruption to ongoing operations and compliance with safety and structural standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 270 days post-award. Interested contractors must submit proposals by November 15, 2024, and are encouraged to contact Clifton Gaither or Lauren Loconto for further details regarding the project and mandatory site visit scheduled for October 21, 2024.
    Meteorological Data and Reporting System (MDCRS) D
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Meteorological Data and Reporting System (MDCRS) D, which focuses on aircraft-based observations of wind and temperature. This solicitation aims to enhance the National Weather Service's capabilities through the acquisition of commercial data buys that will support accurate meteorological reporting and analysis. The services sought are critical for improving weather forecasting and climate monitoring, thereby contributing to public safety and environmental management. Interested vendors can reach out to Jennifer Roesner at JENNIFER.ROESNER@NOAA.GOV or call 757-441-6886 for further details regarding the procurement process.