Building 33 Facility Renovation
ID: N0025324Q0041Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the renovation of Building 33, which includes interior demolition, asbestos removal, flooring repairs, and painting. This project is a total small business set-aside, emphasizing the importance of small business participation in federal contracting, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. The estimated contract value ranges from $100,000 to $250,000, with a target award date of November 4, 2024. Interested contractors must ensure compliance with safety and environmental regulations, submit detailed proposals including past performance references, and register in the System for Award Management (SAM) prior to the submission deadline. For further inquiries, contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or James Wasson at james.k.wasson.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the renovation of Building 33 at the Naval Undersea Warfare Center (NUWC) in Keyport, Washington. The project specifies a firm fixed-price contract expected to fall within the magnitude of $100,000 to $250,000, prioritizing small business participation. Proposals must meet specific content requirements, including detailed capability statements, certification documents, technical capabilities, and past performance references. Key tasks include the demolition of non-load bearing walls, removal of abandoned and asbestos-containing pipes, and updates to flooring and interior painting. Contractors must adhere to safety regulations, deliver documentation for environmental compliance, and maintain quality standards throughout the project. A pre-construction meeting will be held to coordinate efforts effectively. Proposals will be assessed based on technical acceptability, past performance, safety history, and pricing, with an emphasis on providing the lowest price that meets technical requirements. The document emphasizes strict adherence to regulations and quality during execution, highlighting the importance of environmental considerations and site safety management. Overall, it reflects the government's commitment to systematic procurement and regulatory compliance in construction projects.
    This document outlines wage determinations for building construction projects in Kitsap County, Washington, under the Davis-Bacon Act. It specifies that contracts must adhere to minimum wage rates per Executive Orders 14026 and 13658, depending on the contract award date. Effective January 30, 2022, covered workers must be paid at least $17.20 per hour for contracts awarded on or after January 30, 2022, or $12.90 for those awarded between January 1, 2015, and January 29, 2022. The wage determination includes classifications and prevailing wage rates for various construction roles, such as electricians, carpenters, and laborers, with detailed rates and fringe benefits. Additionally, it discusses the process for addressing unlisted classifications and appeals related to wage determinations. The overarching aim is to ensure fair labor compensation for workers on federally funded construction projects, with mechanisms for compliance and worker protections established under relevant Executive Orders and federal regulations. This document serves as a crucial reference for contractors and stakeholders involved in government contracts in the construction sector, particularly concerning wage requirements and labor standards.
    The document serves as an attachment for a federal Request for Proposals (RFP) requiring Offerors to provide detailed past performance references. It encompasses a structured template for listing major subcontractors engaged by the Offeror. Each reference entry includes fields for contract number, title, agency/activity, contract type, performance period, maximum and current contract values, and key contacts. Specifically, it prompts Offerors to describe the relevance of the contracts, including the portion of work performed if they were subcontractors, and any issues encountered with corresponding corrective actions. Emphasizing the importance of showcasing relevant experience, the attachment aims to assist the government in assessing a potential contractor’s capabilities by aggregating key information related to past contracts. This structured approach ensures comprehensive vetting of Offerors, aiding in the selection process for projects funded by federal grants or local/state RFPs. Overall, the document highlights the criticality of proven performance in winning government contracts.
    The document outlines detailed procedures and specifications for two separate projects involving asset replacement at government facilities. The first project is focused on the replacement of ladders at KB Dock/Keyport Piers, and the second project involves replacing breathing air filters and installing new carpets. Key requirements include separate line item entries for each asset, comprehensive costing data that covers the removal of old assets and installation of new ones, and specific data entries for equipment installed and removed. The projects include relevant asset descriptions, installation costs, and vendor information. Notably, the documents specify the standard units of measure (such as "EACH" for individual assets and "SQFT" for carpets) and emphasize the importance of accurate record-keeping for asset numbers, warranties, and installation dates. This file exemplifies the government's structured approach to asset management and compliance within the context of federal and local procurement processes, ensuring adherence to regulations and facilitating orderly execution of projects.
    The "Safety Requirements for Contractors and Subcontractors" document outlines safety protocols mandated by the Naval Undersea Warfare Center (NUWC) Division Keyport. Its primary purpose is to ensure a safe work environment for all personnel involved in activities at NUWC facilities. Key points include contractors' responsibilities for providing a healthful work environment, compliance with OSHA and state regulations, hazard assessments, employee safety training, and reporting injuries. The document emphasizes the necessity for contractors to establish safety programs tailored to specific risks, such as explosive materials and confined spaces, and mandates regular safety meetings and inspections. Various sections specify protocols for unique hazards including asbestos, lead, electrical safety, and fall protection. It insists that contractors maintain strict communication regarding safety matters and encourages swift action to address any identified hazards or incidents. The guidelines also establish that contractors must provide personal protective equipment and train employees adequately on safe work practices. This comprehensive approach aims to uphold high safety standards, minimize workplace risks, and protect both contractor and government personnel across all operations. Overall, the document serves as a crucial reference for compliance and safety management in government contracts and operations.
    The "Guide to Environmental Compliance Requirements for Contractors and Subcontractors" outlines essential environmental regulations and procedures for activities at Naval Base Kitsap (NBK) Keyport. Primarily aimed at contractors and subcontractors, it emphasizes the necessity of adhering to federal, state, and local environmental laws, along with Navy-specific guidelines. Key topics include emergency response protocols, hazardous material management, waste management procedures, and spill prevention strategies. Contractors must maintain proper communication with the Base Environmental Office (BEO) and ensure compliance with the established Environmental Protection Plan. Furthermore, the guide stresses the importance of employee training regarding hazardous substances and the efficient management of waste generated during projects. Emphasizing the Navy's commitment to environmental stewardship, it outlines the potential penalties for non-compliance and stresses the importance of proactive environmental risk management to support both sustainability initiatives and contractual obligations at Keyport.
    The Operations Security (OPSEC) Guide for Defense Contractors, issued by the Naval Undersea Warfare Center Division Keyport, provides essential security measures aimed at safeguarding Critical Information (CI) related to U.S. government operations. The guide outlines the importance of identifying vulnerabilities, threats, and implementing countermeasures to protect sensitive data from adversarial exploitation. It delineates contractor responsibilities regarding OPSEC training, compliance with specific requirements for different types of access, and protocols related to handling government information. Key sections include contractor OPSEC requirements, training mandates, and the development of contractor-specific OPSEC plans. Furthermore, it details restrictions on electronic devices within government spaces, communication protocols to avoid unauthorized disclosure, and the necessity for identifying and securing critical information. The guide stresses the cooperation between contractors and government representatives to ensure adherence to these security measures. Any related costs must be included in bid submissions. Overall, the OPSEC guide aims to enhance the overall security posture of government contracting activities by establishing parameters that ensure the protection of national security interests while engaging with contractors across various defense-related projects.
    The document serves as a Schedule of Prices and Contract Performance Statement for the KB Dock/Keyport Piers Ladder Replacement project under the NAVAL UNDERSEA WARFARE CENTER (NUWC) Keyport. It outlines various cost components, including labor, materials, equipment, and insurance, but all entries currently show a budget value and amounts of $0.00, indicating no financial transactions have taken place yet. Each activity entry has a percent completion field filled with 0.00%, suggesting that work on the project has not commenced or that invoices have not been processed. The structure of the document is organized into sections for different activity IDs, highlighting cost breakdowns in labor, materials, and other categories while summarizing total earnings, previous payments, and amounts remaining. The intended purpose aligns with managing government contracts, keeping documentation transparent for federal grant oversight, and ensuring alignment with federal and state RFP requirements. This includes obligations for proper invoicing and cost tracking before the initiation of any project expenses, thus ensuring accountability and fiscal responsibility in public sector contracting.
    The document is a bid form intended for a specific project, outlining the requirements for contractors to submit their proposals. It includes sections for project location, contractor details, and the date. The form specifies categories for labor, equipment, materials, and task descriptions, emphasizing the breakdown of costs into line items, with spaces to input unit costs and total costs for each line item. Additionally, it outlines performance values for subcontractors, prime contractor and project management costs, and encompasses overhead, profit margins, and bond percentages. A specific section is dedicated to a firm fixed price proposal amount and a base bid. This bid form serves as a structured framework for contractors to present competitive pricing and scope of work in response to federal or state RFPs, ensuring compliance with governmental bidding processes and standards.
    The document presents a Pre-Proposal Inquiry Form related to a government solicitation, indicating its purpose as a tool for potential bidders to pose questions regarding the RFP. It provides a structured template for inquiries, requesting the inclusion of solicitation number, title, date, contact information, and questions from the submitting party. Interested individuals are instructed to email their completed forms to a specified government official. Responses to inquiries will be provided in red text, signifying clarity in communication between the government and potential contractors. This form serves as an essential aspect of the procurement process, facilitating clear dialogue and addressing potential uncertainties that bidders may have regarding the request for proposals. Overall, the document highlights the importance of transparency and engagement in the federal contracting process.
    The purpose of this Safety Data Sheet is to gather comprehensive safety information from offerors as part of federal and state RFP procedures. Offerors are required to submit specific safety data including the OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) rates and Total Recordable Case (TCR) rates for the past five calendar years, presented in decimal form. If data is absent for any year, the offeror must justify the lack. Additionally, if DART or TCR rates exceed acceptable thresholds, a detailed explanation and corrective actions taken must be provided. The document also outlines expectations for a Safety Management System (SMS), requiring a narrative that details the offeror's safety approach, including management and employee roles, hazard prevention strategies, and safety compliance processes for subcontractors. Furthermore, the narrative must adhere to a two-page limit, ensuring focus on key safety management practices. Overall, this document underscores the importance of safety compliance and rigorous reporting in federal contracting processes, aiming for improved workplace safety across contracts.
    The Occupational Safety and Health Administration (OSHA) provides guidelines for employers on maintaining records of work-related injuries and illnesses. This document outlines requirements for completing OSHA recording forms, including the Log (Form 300), Summary of Work-Related Injuries (Form 300A), and Incident Report (Form 301). Most employers are mandated to keep records, although exemptions apply to those with 10 or fewer employees and certain industries. Employers must report severe incidents, such as fatalities or amputations, irrespective of their exemption status. Key instructions include: recording cases within seven days of notification, separate logs for different establishments, and classification of injuries by severity. Employers must post the annual Summary in a conspicuous place and retain records for five years. Additionally, a methodology for calculating injury and illness incidence rates is provided to aid employers in evaluating workplace safety. This comprehensive set of forms and guidelines emphasizes OSHA's commitment to improving workplace safety through accurate recordkeeping and incident reporting.
    Lifecycle
    Title
    Type
    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.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    NUWCDIVNPT Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice issued by the Department of Defense, Department of the Navy, NUWC DIV Newport, for a Multiple Award Construction Contract (MACC) in Newport, RI. The MACC will have a total contract period of five years and will include various projects such as roofing, renovations, HVAC, painting, paving, low impact development, environmental/hazardous material abatement, and concrete/foundation work. The contractor will be responsible for providing management, labor, materials, equipment, transportation, supervision, and security controls for maintenance, repair, and minor construction projects at NUWCDIVNPT. The estimated contract value is over $10,000,000. The procurement is a 100% small business set-aside, and the NAICS code is 236220. The RFP is expected to be released in December 2023. Potential offerors must be registered in SAM to be eligible for award. Contact information for inquiries is provided.
    Bldg 514 Temporary Heat
    Active
    Dept Of Defense
    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.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Rhode Island. The procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on the management and maintenance of facilities, installed equipment, and systems within the complex. This contract, structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity, includes a base year and four optional years, emphasizing compliance with federal regulations and quality control measures. Proposals are due by October 8, 2024, and interested parties should direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.
    Bldg. 135 Renovation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the renovation of Building 135 at the Naval Support Activity in Indian Head, Maryland. This project involves the complete demolition of the existing structure, management of hazardous materials such as asbestos and lead-based paint, and the construction of a new decontamination facility, all while adhering to strict safety and environmental regulations. The renovation is critical for enhancing infrastructure and ensuring compliance with safety standards, including those set by the Maryland Department of the Environment (MDE) and the Occupational Safety and Health Administration (OSHA). Interested contractors must be holders of the SB Blue Multiple Award Construction Contracts (MACC) and are encouraged to contact Young Yi at young.j.yi2.civ@us.navy.mil or call 540-850-6469 for further details, as additional responses outside the specified contractor holders will not be considered.
    Light Vertical Bulkhead & Support Plate
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking qualified small businesses to provide Light Vertical Bulkheads and Support Plates under solicitation N0025324R0004. The procurement involves manufacturing and delivering non-commercial items in accordance with specific NAVSEA drawings, with a total potential quantity of up to 1,000 units, including First Article Testing and production. These components are critical for the MK 48 Heavyweight Fuel Tank Assembly, emphasizing the Navy's commitment to high standards in defense procurements. Interested vendors must comply with registration requirements and are encouraged to contact Rebecca Jett at rebecca.a.jett.civ@us.navy.mil for further details, with the solicitation expected to be available around September 23, 2024, and closing 30 days thereafter.
    P--Hobucken and Holly Ridge Tower Demolition
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a small business to complete the Hobucken and Holly Ridge Tower Demolition project. The work includes demolishing and removing two communication towers and their foundations. The project must be completed within 125 days of the contract award date. The estimated cost for this procurement is $250,000.00 to $500,000.00. Bids are due on or about September 3, 2018, at 10:00 AM. Offerors must submit a bid bond of 20% of their proposal amount.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.