Building Supply
ID: N0017325P5925Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS (J056)
Timeline
    Description

    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Research Laboratory (NRL) in Washington, DC, is soliciting quotations for the purchase of architectural materials through a Request for Quotations (RFQ) under federal procurement regulations. This solicitation is designated as a Total Small Business Set-Aside, appealing specifically to small businesses that meet the relevant NAICS code criterion of 236220. Vendors must provide new, manufacturer-backed equipment, with a requirement for brand name or equal items and documentation affirming their status as authorized distributors. Quotations must be submitted via email, alongside a technical and price quote by a specified deadline. The contract will be awarded to the offer that is considered most advantageous to the government, typically based on the Lowest Price Technically Acceptable method. All responding vendors are obliged to comply with various FAR and DFARS provisions, ensuring adherence to federal standards and stipulations. The expected delivery timeframe is set for November 14, 2024, with a preference for 'FOB Destination' delivery. This document succinctly outlines the solicitation process, requirements, and evaluation criteria, emphasizing compliance, warranty, and technical merit as key factors in procurement decisions, reflecting standard practices in government contracting.
    The document outlines a bill of materials and cost estimate for the renovation of Building 222, specifically focusing on rooms RMS 254 A-D at the U.S. Naval Research Laboratory. The renovation project involves various construction materials, such as sound insulation panels, drywall, wood doors, metal studs, and adhesives, which are detailed alongside their respective quantities and unit costs. The primary objective is to upgrade the building's interior to create a more functional and efficient workspace. Items required for the renovation include Armstrong soundproof panels, drywall materials, and specific locking mechanisms for doors, signifying a focus on acoustic treatment and security. The documentation reflects the structured approach typical of government RFPs, showcasing meticulous detail and clarity in resource allocation and cost estimation. The overall aim is to ensure that renovations adhere to federal standards while providing a modern environment for the laboratory's operations.
    Lifecycle
    Title
    Type
    Building Supply
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    56--BERM WALL
    Buyer not available
    Presolicitation notice from the Department of Defense, Defense Logistics Agency, for the procurement of foam berm walls. Foam berm walls are typically used for construction and building purposes. The procurement will be set aside for small businesses. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN.IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    NAWCAD Lakehurst Building 562 Room 230 Work Area Build v3
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals from qualified small businesses for the procurement, assembly, and installation of office furniture in Building 562, Room 230 at Joint Base McGuire-Dix-Lakehurst, New Jersey. The project requires a variety of furnishings, including private office suites and collaborative workspaces, to be completed within a 90-day performance period following contract award, adhering to specific installation and safety standards outlined in the Statement of Work. This procurement is critical for enhancing workplace infrastructure and ensuring compliance with federal regulations, with proposals evaluated based on price, technical capability, and past performance. Interested vendors must submit their proposals by the specified deadline and may confirm attendance for a site visit scheduled for March 6, 2025, by contacting Mark Schnittman at mark.a.schnittman.civ@us.navy.mil.
    FURNITURE KIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Maritime Puget Sound, is seeking proposals for a Furniture Kit to support the Upland Orchard Project at the Puget Sound Naval Shipyard and Intermediate Maintenance Facility in Bremerton, Washington. The procurement involves the delivery and installation of office furniture for six relocatable buildings, including workstations, breakrooms, and conference areas, with a delivery deadline set for April 30, 2025. This initiative is crucial for creating functional and compliant office environments that meet federal standards while ensuring operational efficiency and safety. Interested vendors should monitor the solicitation number SPMYM2-25-Q-1156, which will be available for download around March 10, 2025, and submit their quotes by the anticipated closing date of March 21, 2025. For inquiries, contact Timothy J. Easter at timothy.easter@dla.mil or by phone at 360-813-9218.
    REACT Relocatable Modular
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, is soliciting quotes for the REACT Relocatable Modular project, which involves the design, construction, and installation of a modular facility compliant with Intelligence Community Directive (ICD) 705 standards. This procurement aims to establish a secure facility that meets specific requirements for fire safety, IT infrastructure, and security measures, including RF shielding and sound insulation, essential for operations involving sensitive information. The contract is set aside for small businesses, with a firm fixed price format, and requires proposals to be submitted by January 24, 2025, following a series of amendments that have extended the deadlines and clarified requirements. Interested contractors should direct inquiries to Theresa Lee at seunghwa.t.lee.civ@us.navy.mil or call 760-608-6780 for further details.
    Overhead Doors
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the replacement of failing roll-up doors at Building 198 in Dahlgren, Virginia. The procurement involves the removal of existing doors and the installation of two insulated rolling doors manufactured by Richmond Overhead Door, Inc., including necessary labor and shipping costs. This initiative is critical for maintaining facility functionality and safety standards, ensuring compliance with federal specifications and safety regulations. Interested contractors must submit their proposals by March 18, 2025, with an anticipated award date by April 30, 2025; inquiries can be directed to Sharon Lathroum at sharon.lathroum@navy.mil.
    TILE,BLANK,24X36
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 6,000 units of TILE, BLANK, 24X36, under a firm fixed-price contract. This procurement is critical for shipbuilding and repair operations, as the tiles are essential components used in various naval applications, ensuring operational readiness and safety. Interested contractors must comply with specific quality assurance and inspection requirements, including First Article Testing and certification of conformance, and should direct inquiries to Vincent Molesky at vincent.molesky@navy.mil or by phone at 717-605-3353. The solicitation emphasizes the urgency of the requirement, indicating that it is sole sourced to Marine Polymers Inc., and all proposals must be submitted electronically by the specified deadline.
    N4523A50503235-36 SWIFT SPACE MOBILE WORKSTATIONS
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential suppliers for a Furniture Kit that includes assembly, delivery, and installation of mobile workstations for the Puget Sound Naval Shipyard and Trident Refit Facility in Bremerton, Washington. The requirement encompasses 105 Swift Space Model Shift 90 Degree L-Shape workstations, along with additional components such as mobile pedestals, wardrobe/bookcase towers, and acoustic panels, all designed to create modern and functional office environments. This procurement is significant for enhancing workspace efficiency and aesthetics, adhering to federal procurement regulations, and may lead to multiple awards based on responses. Interested parties are encouraged to submit their capability statements and relevant information by 10:00 AM on March 21, 2025, to Timothy J. Easter at TIMOTHY.EASTER@DLA.MIL.
    54--BUILDING,SPECIAL PU
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of a special building (NSN 5410016857002). This solicitation is a Total Small Business Set-Aside, aimed at small businesses in the fabricated structural metal manufacturing industry, specifically under NAICS code 332312. The goods are intended for military use, highlighting their importance in supporting troop operations and infrastructure. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and inquiries can be directed to the DLA at DibbsBSM@dla.mil. The deadline for quote submission is 120 days after the award date.
    Bldg. 221 - Replace lower float pier access panels
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the replacement of lower float pier access panels at its facility in Keyport, Washington. This procurement is aimed at securing non-commercial construction services, with the government anticipating a single firm fixed-price contract valued between $25,000 and $100,000. The solicitation, which is set aside exclusively for small businesses, is expected to be issued around April 2, 2025, with a 30-day response period following the release. Interested contractors must ensure they are registered in the System for Award Management (SAM) and direct any inquiries to Michelle Farrales or James Wasson via their provided email addresses.
    Noise Cancelling Workstations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design, delivery, and installation of Noise Cancelling Workstations at its facilities in North Chicago, Illinois. This procurement includes the installation of noise-proof wall panels, tempered glass, and various office furniture items such as L-shape corner desks, task chairs, and storage units, with a focus on enhancing workspace functionality and aesthetics. The initiative is part of a total small business set-aside, promoting opportunities for qualified small businesses, particularly women-owned enterprises, in federal contracting. Interested parties should contact Amy Gawarecki at amy.l.gawarecki.civ@army.mil or John Haarala at john.haarala3.civ@army.mil for further details, with all items expected to be delivered by August 31, 2025.