Marine Barracks Washington Window Tint
ID: M549004590712Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Glass and Glazing Contractors (238150)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Commander of the Marine Barracks Washington, is seeking qualified contractors to provide window tinting services for Building 8 as part of a renovation project aimed at enhancing energy efficiency and privacy. The procurement involves applying specified 3M window tinting products to various windows, focusing on glare reduction and UV light protection, with a performance period extending until April 25, 2025. This project is critical for improving the operational support of the facility, particularly for ceremonial events that attract large audiences. Interested contractors should contact Ramiro Diaz at ramiro.diaz@usmc.mil or call 703-784-0827 for further details, and must comply with the total small business set-aside requirements as outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Building 8 Window Tinting project at Marine Barracks Washington (MBW) outlines the requirements for installing window tinting to enhance ceremonial functions and reduce energy costs. The mission of MBW is to provide strategic support, particularly for Friday Evening Parades, which attract over 60,000 attendees annually. The contractor will apply specialized tinting, specifically glare reduction for west-facing windows, and privacy tinting for bathrooms and locker rooms, all while focusing on significant ultraviolet light reduction. The contractor is responsible for using industry-standard techniques to install various types of 3M window films on specified windows, with a performance period extending to April 25, 2025. Detailed deliverables include timelines for the tinting work, which is to be communicated electronically to the Technical Point of Contact (TPOC). Additionally, the contractor must comply with security protocols for base access and is to cover all travel-related expenses. Attachments provide further details on window specifications and dimensions. Overall, this document serves as a guideline for contractors to understand their obligations and the scope of work necessary for this government project.
    The document details the renovation project for Building 8 at the Marine Barracks, Washington, DC, under the auspices of the Naval Facilities Engineering Command. It outlines critical structural modifications and improvements, such as the installation of new aluminum guardrails, repair of existing gutters and downspouts, and the introduction of new window openings. Keynotes highlight specific construction elements, including galvalume steel grating, modified roofing, and infill masonry where doors have been removed. A door and window schedule is included, detailing sizes, types, and finishes of doors to be installed. This renovation is a significant endeavor aimed at modernizing the facility while ensuring safety and structural integrity. Overall, the document serves as a technical guide for contractors involved in the project, aligning with federal requirements for construction and renovation under government RFPs.
    The document outlines a series of architectural and construction details for a project overseen by the Naval Facilities Engineering Command (NAVFAC). It encompasses a range of specifications related to fire protection measures, construction drawings, and elevations for building modifications at specific locations managed by Michael Baker International and CARDNO. Key features include new aluminum guardrails, window installations, gutter repairs, and modifications to existing structures, all presented in reference to various scale drawings. Each component is associated with unique identifier codes and specifications to ensure compliance with naval construction standards. This document serves as a comprehensive guide for contractors by detailing requirements necessary for project approval and execution, facilitating coordination and adherence to local, state, and federal building regulations. Overall, it emphasizes the collaboration between engineering and architectural disciplines for successful project implementation in a federal context, contributing to infrastructure improvements and operational readiness.
    The document outlines specifications for windows in Building 8, detailing dimensions, tint types, and quantities required. It specifies a variety of window sizes, grouped by type and orientation: C2, D2, E2, A1, A2, B1, F2, F1, E1, and G1, with corresponding quantities and dimensions varying from heights of 60 to 108 inches and widths between 36 to 48 inches, primarily oriented facing East or West. The tint specifications indicate different privacy and aesthetic options, such as Dusted Crystal and Mirror Privacy Series, to suit the building's functional and design needs. The inclusion of both upper and lower tint types demonstrates consideration for light control and privacy. This document serves as a technical scope within a larger context of government RFPs, ensuring that suppliers understand the specific requirements for window installation in compliance with federal or local standards. The clear categorization of window types and associated attributes indicates a structured approach to procurement, enhancing efficiency in the acquisition process.
    The document outlines specifications for window replacements in Building 8, detailing the type, quantity, dimensions, orientation, floor level, tint type, application, and space type for each window. There are a variety of windows listed, primarily featuring the "Dusted Crystal" tint for interior spaces and "Prestige 20" for select exterior applications. The listed measurements include various combinations of heights and widths across multiple floors, primarily situated in basements and on the first two floors of the building. The windows serve various functions, including public works areas and security offices. The document provides a structured inventory, which likely informs contractors and stakeholders involved in responding to federal and local requests for proposals (RFPs) and grants related to building renovations. By specifying these details, the document serves as a foundational resource for ensuring compliance with architectural and safety standards in line with government projects.
    The memorandum discusses the determination that only one source is reasonably available for the acquisition of window tinting services at Marine Barracks Washington, as outlined under FAR Part 13 for needs below the simplified acquisition threshold. The specific request involves applying tint to newly installed windows to reduce glare for photography, enhance privacy, and lower heat and energy use. The document highlights that the requirement is for a brand name product, specifically 3M tint, to maintain uniformity with existing installations at the barracks. The contracting officers certify the justification for sole-source procurement, citing the proprietary nature of the requested item and the visual uniformity required for high-visibility governmental events. The memorandum adheres to federal guidelines, ensuring clarity on the absence of competition and the necessity of the selected product, thereby facilitating the procurement process while aligning with regulatory compliance. The document serves as a formal rationale for this limited competition acquisition.
    The document outlines the Wage Determination No. 2015-4281, Revision No. 30, established under the Service Contract Act by the U.S. Department of Labor. It mandates minimum wage rates for contractors working in specified states, effective from January 30, 2022, under Executive Orders 14026 and 13658. The applicable minimum wage for covered workers is set at $17.20 per hour for 2024, with lower rates for contracts not renewed or extended after the specified date. Various wage rates for specific occupations are detailed, including administrative, automotive, health, information technology, and protective services positions, with a note on additional fringe benefits and protections under the current Executive Orders. The document also discusses requirements for paid sick leave, uniform allowances, and the conformance process to classify unlisted occupations and determine appropriate wage rates upon contract award. Overall, this file serves as guidance for contractors to ensure compliance with federal wage standards and protections when bidding on government contracts, thus highlighting the importance of fair compensation for labor in federal projects.
    This document outlines the General Decision Number DC20240002, effective August 23, 2024, concerning wage determinations for construction projects in the District of Columbia, subject to the Davis-Bacon Act. It details the mandatory minimum wage rates based on Executive Orders 14026 and 13658, establishing required hourly wages for workers in various construction roles. For instance, contracts initiated after January 30, 2022, must provide a minimum wage of $17.20, while earlier contracts may require $12.90. The file includes specific wage rates for skilled trades, such as asbestos workers, electricians, and plumbers, among others, detailing both base pay and fringe benefits. The scope emphasizes that the document addresses prevailing wages for building construction, excluding standard residential projects, and mandates compliance with worker protection regulations. It also explains the procedure for appealing wage determinations and mentions job classifications that may require additional rates based on project needs. Overall, the document serves as a regulatory framework to ensure fair compensation in federally funded construction projects within the jurisdiction, maintaining focus on labor standards and protections for workers involved in such contracts.
    The document is a solicitation for a contract concerning window tinting services at Marine Barracks Washington, aimed at enhancing the energy efficiency and privacy of the newly renovated Building 8. The contractor must apply specified 3M window tinting products to various windows, focusing on glare reduction and UV light protection. The performance requirements detail the specific installation tasks across multiple windows on the east, south, and west sides of the building. Key details include a performance period from award until March 30, 2025, the necessity for the work to be conducted during standard hours, and that the contractor is responsible for travel expenses. The security requirements mandate that contractors obtain base access through prescribed procedures. The contract will be a Firm-Fixed Price type, and several clauses are incorporated by reference to govern the agreement. This solicitation illustrates the government’s commitment to maintaining military facilities through energy-saving enhancements while ensuring compliance with federal contracting regulations. The emphasis on small business participation reflects ongoing federal goals to support diverse business entities in government contracting processes.
    A site visit is scheduled at Marine Barracks Washington for interested parties involved in Window Tinting Services on September 12, 2024, at 10:30 AM EST. Attendees should arrive at the barracks located at 8th and I Streets SE, Washington, DC 20390. An RSVP is required and can be sent to SSgt Ramiro Diaz via email or phone at the provided contacts. The visit will last approximately 30 minutes, allowing participants to view the site relevant to the RFP. This opportunity aligns with the government’s procurement process, facilitating engagement with potential contractors for specialized services. It underscores the military's approach to ensuring transparency and collaboration in contract bidding, reflecting the importance of site-specific evaluations for contractors aiming to fulfill government requirements effectively.
    This document addresses questions related to the installation of window tinting at Marine Barracks Washington (MBW). It confirms that tint will be applied on both the interior and exterior surfaces, replacing the previously planned mirror privacy film with a Dusted Crystal type for better privacy. The timeline for project completion is proposed to extend to April 25, 2025, to ensure proper installation conditions ahead of the 2025 parade season, with flexibility for weather-related adjustments. Public street access will require coordination with the Department of Public Works and Transportation for necessary permits if heavy equipment is used. Contractors will have access to restrooms within MBW to eliminate the need for external portable facilities. This file is consistent with government RFP practices, focusing on safety and compliance within set timelines for public works projects.
    This document outlines a solicitation for the application of window tinting at Marine Barracks Washington (MBW) as part of enhancing operational support. The contractor must apply glare reduction and privacy tinting to various west- and east-facing windows to enhance guest experience and promote energy efficiency through UV light reduction. Key specifications include installation of specific 3M tinting products across designated window types, detailed in the attached documentation. The performance period extends from the award until April 25, 2025, while services are to be conducted during regular business hours. The contract is designated as Firm-Fixed Price, with travel costs covered by the contractor. Security protocols for base access include pre-enrollment verification. Evaluation of offers will consider compliance with solicitation requirements, past performance, and pricing to ensure a fair award process. The constraints of federal procurement processes, such as small business set-asides and compliance with various Federal Acquisition Regulation (FAR) clauses, are emphasized to ensure adherence to government contracting standards.
    This government document serves as an amendment to a contract involving window tinting at the Marine Barracks Washington (MBW). The key changes include an extended period of performance from September 29, 2024, to April 25, 2025, and the addition of 27 tinted basement windows. The amendment removes the requirement for privacy mirrored tinting and any associated line items (CLIN 3), simplifying the scope of work. Updated instructions for offerors have also been added, alongside relevant wage determination documents and a Q&A section. The project aims to install glare reduction and privacy window tinting to enhance energy efficiency and visual comfort during ceremonial events attended by large groups. Specific tasks detail the installation of various types of 3M window tints to numerous windows based on their orientation and function within the barracks. The contractor must comply with security requirements, and on-site work should occur during typical business hours. This amendment reflects the government's intent to maintain facility standards while ensuring adequate oversight and updates. Overall, the document underscores an organized approach to managing procurement modifications and enhancing operational effectiveness at federal facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY24 Ballistic Windows
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the procurement and installation of ballistic windows at Joint Base Charleston (JB CHS) in South Carolina. The project involves the removal and disposal of existing windows, followed by the supply and installation of UL 752 Level III ballistic, tempered, and one-way tinted windows at specific entry control points, namely Building 390 on the Air Base and Building 404 at the Naval Weapons Station. This initiative underscores the government's commitment to enhancing security measures at its facilities, ensuring compliance with safety and operational standards. Interested small businesses must submit their quotations by 10:00 AM EST on September 19, 2024, and can direct inquiries to A1C Carmen Kuhl at carmen.kuhl@us.af.mil or SSgt Megan Rowlett at megan.rowlett@us.af.mil.
    7230--Window Treatment and Covering Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Window Treatment and Covering Services for the VA Greater Los Angeles Healthcare System. The procurement includes comprehensive tasks such as site verification, material assessment, measurement, procurement, transportation, and installation of window treatments, with a total award amount reaching up to $3 million over a base year and four option years. This initiative is crucial for enhancing the operational efficiency of healthcare facilities serving veterans, ensuring compliance with safety regulations and high service standards. Interested parties must submit written offers, including specification sheets, by September 18, 2024, at 12:00 PM PST, and can direct inquiries to Contract Specialist Israel Garcia at israel.garcia2@va.gov or by phone at 562-826-8000.
    WINDOW, VEHICULAR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the acquisition of vehicular windows under solicitation number SPE7LX24R0060. This procurement aims to establish a long-term Indefinite Quantity Contract with firm fixed pricing for a base period of three years, with an option for an additional year, to support military depots with replenishment coverage. The contract is set aside for small businesses, requiring at least 3% participation of the total contract dollar value towards small businesses annually, reflecting the government's commitment to engage with small firms. Interested parties should contact Matthew Stein at DSN 312-850-4850 or via email at Matthew.Stein@dla.mil, with the solicitation available online starting October 1, 2024.
    Vertical Sunshade Panels
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of vertical sunshade panels at Luke Air Force Base in Arizona. The project aims to enhance outdoor spaces by installing specific sizes and colors of sunshade panels on the TacPad Structure, utilizing "Commercial 95 by Gale" fabric, with all materials and labor provided by the contractor. This initiative is crucial for improving facility functionality while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by September 20, 2024, and direct any inquiries to Sara E. Lackey at sara.lackey.2@us.af.mil or 623-856-3446.
    Mississinewa Tower Window Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Chicago office, is soliciting bids for the window replacement project at the Mississinewa Lake control tower. This project entails the replacement of windows as detailed in the Statement of Work (SOW), which is crucial for maintaining the structural integrity and operational functionality of the facility. The procurement is set aside for small businesses under the Total Small Business Set-Aside program, and interested contractors should note that the NAICS code for this opportunity is 238350, which pertains to Finish Carpentry Contractors. For further inquiries, potential bidders can contact Kyle Smith at kyle.d.smith@usace.army.mil or by phone at 312-846-5370.
    CA-SD NWR COMPLX-BIRD DOTS INSTALLATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting quotes for the installation of Feather Friendly Symmetry film dots on approximately 2,092 square feet of exterior angled windows at the San Diego National Wildlife Refuge Complex. The primary objective of this project is to reduce bird strikes on windows, thereby supporting wildlife conservation efforts. Contractors will be responsible for providing all necessary equipment and personnel, while the government will supply the film; compliance with federal regulations and safety practices is mandatory throughout the project. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by September 16, 2024, with the project scheduled to commence on December 1, 2024, and conclude by March 1, 2025. For further inquiries, contractors can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
    S299--FY25: Admin Building Window Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 08, is seeking qualified vendors for a long-term Firm-Fixed Price contract for window cleaning services at its Administrative Building located in San Juan, Puerto Rico. The scope of work includes cleaning approximately 32,741 square feet of windowpanes and associated glass surfaces, with services required on a quarterly basis. This procurement is essential for maintaining the facility's appearance and safety, as the building features a complex design with various glass structures. Interested vendors must submit capability statements, demonstrating their qualifications and certification by the International Window Cleaning Association (IWCA), to Contracting Officer Wilfredo Perez via email by September 18, 2024, at 3:00 PM Atlantic Standard Time (AST). This notice serves informational purposes only and does not constitute a formal solicitation.
    438168-CC-24 RSL Room Upgrades
    Active
    Energy, Department Of
    The Department of Energy, through Mission Support and Test Services, LLC (MSTS), is soliciting proposals for the modification of an existing meeting room at the Remote Sensing Laboratory located at JB Andrews, Maryland, under Solicitation No. 438168-CC-24. The selected subcontractor will be responsible for demolition, construction of new wall partitions, installation of an access door, and finishing work, all in compliance with national security standards as outlined in the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities. This project is crucial for enhancing facility security and ensuring compliance with federal regulations, with a total small business set-aside to promote participation from small enterprises. Proposals must be submitted electronically by September 19, 2024, with questions directed to Procurement Specialist Corrine Carter at carterce@nv.doe.gov or by phone at (936) 230-0270.
    Maintenance Building Window Replacement at Youghiogheny River Lake
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Pittsburgh District, is seeking contractors for the replacement of windows in the maintenance building at Youghiogheny River Lake. The project involves the removal and disposal of nineteen existing windows and their replacement with new units. This maintenance work is crucial for ensuring the integrity and functionality of the facility, which supports operations at the lake. Interested small businesses are encouraged to reach out to Aaron Barr at aaron.m.barr@usace.army.mil or 412-395-7157, or Levi Speth at levi.r.speth@usace.army.mil or 502-315-6199 for further details, with an amendment issued on August 27, 2024, addressing contractor inquiries.
    Building 25 Window Replacement Design-Bid-Build Project
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified construction firms for a Design-Bid-Build (DBB) project focused on replacing windows at Building 25 of the Denver Federal Center in Lakewood, Colorado. The project aims to enhance energy efficiency by replacing approximately 4,000 to 6,000 square feet of existing window units with a minimum of a 3-pane system that incorporates Low Embodied Carbon materials, as mandated by the Inflation Reduction Act. Building 25 serves as a significant office and laboratory space, and the successful contractor will need to demonstrate experience in curtain wall and window replacement, while also providing a capability statement detailing relevant past projects and strategies to minimize construction disruption. The estimated construction cost ranges from $5 million to $10 million, with responses due by October 3, 2024, and contract awards anticipated in October 2025. Interested firms can contact Jamie Potter at jamie.potter@gsa.gov or by phone at 303-588-9153 for further information.