Chambers Field Install Runway 28 ILS Infrastructure
ID: N4008524R2863Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Chambers Field Install Runway 28 Instrument Landing System (ILS) Infrastructure project at Naval Station Norfolk, Virginia. This project involves the construction of essential infrastructure, including access roads, concrete foundations, electrical ducts, and drainage systems, with an estimated budget ranging from $1,000,000 to $5,000,000 and a completion timeframe of 400 days. The procurement is critical for enhancing aviation safety and operational efficiency at the naval station. Proposals are due by October 23, 2024, and interested contractors must submit their bids electronically via the PIEE system, adhering to all specified guidelines. For further inquiries, contact Jacob Busila at jacob.a.busila.civ@us.navy.mil or call 757-341-0558.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for the installation of the Instrument Landing System (ILS) infrastructure for Runway 28 at Naval Station Norfolk, Virginia, by Jacobs Engineering Group. It details the project scope, which includes constructing paved access roads, concrete foundations, grading, drainage, and electrical site work while ensuring compliance with safety and operational standards. Occupancy of the premises will continue during construction, necessitating careful coordination with air traffic operations. Specifically, stringent work restrictions are in place for ongoing aircraft movements, with special precautions required for work near runway edges and taxiways. The document includes administrative requirements regarding contractor management, insurance, and invoicing procedures, including setting timelines for submission and conditions for progress payments. The use of the Electronic Construction and Facility Support Contract Management System (eCMS) is mandated for managing electronic documents. This RFP emphasizes High-Level operational coordination to ensure safety and compliance, reflecting the government's commitment to effective infrastructure upgrades while maintaining active military operations.
    The document appears to be a list of identifiers, likely corresponding to various requests for proposals (RFPs) or federal and local grants numbered sequentially from 12899778 to 12899855. Each entry is simply marked with "AS SHOWN" followed by the numerical identifier, indicating that specific details about the RFPs or grants have not been included in the visible text. This structure suggests that the file serves as a reference catalog or index for potential funding opportunities within the government, allowing stakeholders to identify and retrieve detailed information on each respective RFP or grant associated with these numbers. While the document lacks substantive content, it emphasizes the organization and tracking of funding requests, essential for public administration's efficiency and accountability in resource allocation.
    The document outlines the General Decision Number VA20240160 regarding construction wage rates applicable to building projects in Norfolk County, Virginia, and under the Davis-Bacon Act. It specifies minimum wage requirements based on Executive Orders 14026 and 13658, which dictate applicable rates for federal contracts based on their award or extension dates. For contracts from January 30, 2022, a minimum wage of $17.20 applies, while for contracts awarded between January 1, 2015, and January 29, 2022, a rate of $12.90 is mandated. The document includes detailed wage determinations for various classifications, such as electricians, plumbers, and laborers, highlighting both wage and fringe benefits. Union, survey, and state-adopted rates are defined, ensuring compliance and protecting workers under federal labor standards. Additionally, it provides guidance on the appeals process for wage determination disputes, reinforcing the importance of fair wages in federally funded construction projects. This structured wage determination is integral in maintaining transparency and compliance in federal RFPs and grants, ensuring workers receive appropriate compensation for their labor.
    The government file discusses a comprehensive review of federal and state funding opportunities, specifically focusing on Requests for Proposals (RFPs) and federal grants. It aims to streamline the application process for various stakeholders, including public and private organizations, by providing clear guidelines and criteria for eligibility. The document emphasizes the importance of aligning project proposals with governmental priorities and strategic objectives to enhance funding chances. It also outlines key components that should be included in proposals, such as objectives, expected outcomes, and measurable indicators of success. Additionally, the file highlights the timeline for submission and review processes, encouraging applicants to adhere to deadlines for efficient funding distribution. Overall, the document serves as a resource for understanding the landscape of government financial assistance, fostering collaboration, and promoting transparency in public sector funding mechanisms.
    The document appears to be related to an employee or contractor within the U.S. Navy's NAVFAC, indicating a request for background checks related to federal and possibly state and local contracting processes. It contains personal identification details, including the individual's name, Social Security Number, date of birth, and contact information. Furthermore, it identifies a specific Navy sponsor along with their role, phone number, and email address for communication purposes. There are also sections suggesting results from background checks (such as FBI/SID referencing and clearance dates), vital for ensuring security compliance within government contracting environments. The overall aim of this document seems to be to manage personnel clearance and compliance in relation to federal and state contracting requirements. This process is essential for maintaining safety and integrity within government operations.
    The document pertains to a Pre-Proposal Inquiry Submission for the installation of ILS (Instrument Landing System) infrastructure at Chambers Field, Norfolk, VA. It serves as an official form for submitting questions regarding the Request for Proposal (RFP) N4008524R2863. The form includes sections for references, questions, and relevant details, ensuring organized submission of inquiries from interested parties. The inquiry aims to clarify project specifications and requirements related to the runway upgrade, addressing compliance, safety, technical specifications, and logistical elements. This inquiry submission process is critical for fostering clear communication between the government and potential contractors, facilitating informed and competitive proposals for this federal infrastructure project. Overall, the document exemplifies the structured approach required in managing federal contracts related to aviation infrastructure improvements.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines a new vendor portal designed to improve solicitation procedures for the Department of Defense (DoD). The guide details a two-role system for users within the PIEE Solicitation Module: Proposal Manager, required for submission of offers, and Proposal View Only, which allows viewing privileges. It provides step-by-step instructions for both new and existing users on registering for PIEE accounts, adding roles, and managing profiles. Crucial actions include verifying account details, submitting offers, and interacting with the system via an Account Administrator. Support resources are available through links for account and technical assistance. The document serves as a comprehensive manual for vendors looking to engage with DoD solicitations, ensuring a secure and efficient procurement process while enhancing user accessibility and functionality.
    This document outlines the price proposal form for the installation of Runway 28 ILS Infrastructure (#1789937) under Contract Line Item Number (CLIN) 0001. It specifies various components and associated quantities necessary for the project, such as earthwork and groundwater treatment, along with guidelines for pricing. The form includes several CLIN items, detailing specific tasks like the removal of unsuitable materials and the treatment of contaminated soils. Bidders are instructed to provide unit prices and total pricing for each CLIN, and any discrepancies between unit prices and total amounts may lead to corrections in the bid. It emphasizes that these quantities are estimates, and adjustments may occur according to the "Variation in Estimated Quantities" clause in the contract. Furthermore, any bids considered unbalanced may be deemed non-responsive. The main purpose of the document is to facilitate the bidding process for this infrastructure project by standardizing pricing proposals while ensuring compliance with the specified construction requirements. Stakeholders such as contractors and government officials will use this document to manage and evaluate bids transparently.
    This government document pertains to the acknowledgment of amendments in response to a Request for Proposals (RFP). It includes sections for offering entities to submit their names, an authorized signatory, their signature, and the date of submission. The form outlines areas for multiple amendment numbers and their respective dates, indicating that alterations to the original RFP have occurred and must be formally recognized by the offeror. Acknowledging amendments is critical in the context of government RFPs, as it ensures that all bidders are aware of and compliant with any modifications made to the procurement process or requirements. This document forms part of the procedural compliance necessary for federal grants and state/local RFPs, ultimately supporting transparency and regulatory adherence within government contracting.
    The provision "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," outlined in FAR clause 52.204-24, mandates that Offerors declare whether they provide or utilize covered telecommunications equipment or services in their government contracts. This is part of the compliance framework established by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The Act prohibits federal agencies from procuring any system or service that incorporates covered equipment as critical technology. Key definitions within the provision clarify terms associated with telecommunications services, while sections (b) and (c) detail explicit prohibitions regarding procurement from entities identified with these technologies. Offerors must also check listings in the System for Award Management (SAM) for any exclusions. Moreover, Offerors must complete a series of representations and disclosures based on their use of covered telecommunications. Failure to comply could disqualify them from receiving federal awards. This provision underscores the government's commitment to mitigating risks associated with telecommunications infrastructure while maintaining oversight on contractual engagements with affected entities.
    The document outlines federal regulations that prohibit certain applications and supply chain components in government contracts, focusing on security and ethical issues. Notable sections include the prohibition of TikTok-related applications due to security concerns outlined in the No TikTok on Government Devices Act, mandating that contractors do not use such applications on government-owned technology without specific permission. Additionally, under the Federal Acquisition Supply Chain Security Act (FASCSA), contractors must avoid using covered articles or services from specified sources linked to national security risks, including those related to the Department of Defense or the Department of Homeland Security. The document also emphasizes ethical sourcing by prohibiting procurement from the Xinjiang Uyghur Autonomous Region, highlighting forced labor concerns. Another section addresses compliance regarding Russian fossil fuel operations, requiring contractors to certify that they have no ties to prohibited entities. Overall, these regulatory measures are aimed at tightening security protocols and ensuring ethical supply chains within federal contracts, reflecting current geopolitical and human rights considerations. The structured clauses necessitate adherence by contractors, who must also inform subcontractors of these stipulations.
    The Naval Facilities Engineering Command has issued a Request for Proposal (RFP) for the Chambers Field Install Runway 28 Instrument Landing System (ILS) Infrastructure project at Naval Station Norfolk, Virginia. The solicitation (N40085-24-R-2863) opens on September 23, 2024, with proposals due by October 23, 2024. Eligible contractors under the Multiple Award Construction Contract (MACC) include several pre-approved companies listed in the document. The project involves constructing essential infrastructure to support a new ILS, including access roads, concrete foundations, electrical ducts, and drainage systems, with an estimated budget between $1,000,000 and $5,000,000. The timeframe for completion is set at 400 days. Contractors must submit bids electronically via the PIEE system, adhering to strict guidelines for evaluation based on price. The document details mandatory wage rates, liquidated damages for delays, and bond requirements. A site visit is scheduled for October 3, 2024, highlighting essential security measures for contractor personnel. Clarity on contract requirements and amendments will be provided through government platforms, ensuring all interested parties are informed of the specifications and necessary compliance measures.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design-build of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project entails the construction of a two-story, 60,000 square foot facility, along with the demolition of two existing buildings, and includes planning for utilities, landscaping, and compliance with Navy secure space requirements. The facility is crucial for enhancing operational capabilities for special operations forces, with an estimated project cost ranging from $25 million to $100 million and a completion timeline of 1,048 calendar days from the award date. Interested contractors must submit their proposals electronically by October 29, 2024, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil for further inquiries.
    REPAIR RUSTED LIGHT POLES, VARIOUS BUILDINGS, NAS OCEANA, DAM NECK ANNEX
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the repair of rusted light poles at various buildings within the Naval Air Station Oceana, specifically at the Dam Neck Annex in Virginia Beach, Virginia. The project involves replacing damaged light poles, securing electrical power in compliance with safety protocols, and ensuring minimal disruption to ongoing operations, with a completion timeline of 180 days post-award. This initiative is crucial for maintaining safety and operational functionality at military facilities, reflecting the government's commitment to infrastructure integrity. Interested contractors must submit their proposals by October 15, 2024, and can contact Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil for further information.
    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.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of engineering services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is crucial for enhancing the efficiency and effectiveness of public works services within the Navy, ensuring compliance with regulations and operational needs. Interested contractors must submit their proposals by 2:00 PM on October 16, 2024, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749.
    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.
    Z--Market Research is being conducted for the Dry Dock 4 Renovation at Norfolk Naval Shipyard, Portsmouth, Virginia
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking industry feedback for the Dry Dock 4 Renovation project at Norfolk Naval Shipyard in Portsmouth, Virginia. The project includes various construction activities such as the installation of a temporary cofferdam, repair of caisson seat, structural repairs to dry dock floors and walls, repair of dry dock utility systems, and renovation of pump well mechanical and electrical systems. The estimated construction cost for this project is $100-$250 million. Interested contractors with NAICS code 237990 and similar construction experience are invited to attend an Industry Day event on October 16, 2019, at the Renaissance Hotel in Portsmouth, VA. Feedback on phasing, scheduling, task challenges, and acquisition strategy will be requested. Seating is limited, and interested firms must RSVP by October 10th. This event is open to all contractors, regardless of current contracts with NAVFAC. Contact Mr. Philip Cole, the Contracting Officer, for more information.
    Field Office/Work Space, Great Bridge Reservation Chesapeake, Virginia
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of a Field Office/Work Space at the Great Bridge Reservation in Chesapeake, Virginia. This project involves building a new 40'x 80' structure with office space, a workshop, storage, and a unisex bathroom. The building will have electricity, communications, water, and sewer services. The project also includes the installation of sidewalks, grass, and parking spaces. The estimated construction cost is between $1,000,000 and $5,000,000 million. The solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in the 1st Quarter of Fiscal Year 2025.
    Thimble Shoal Maintenance Dredging
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Norfolk District is pre-soliciting for maintenance dredging at Thimble Shoal, Hampton Roads, Virginia. The upcoming solicitation seeks a firm to perform hopper dredging in the Thimble Shoal Channel, reaching a required depth of -56 feet MLLW. The work involves dredging, transporting, and placing dredged material at the Dam Neck Ocean Disposal Site. The estimated volume of dredging is 1,000,000 to 1,500,000 cubic yards. The contract will be awarded as a firm-fixed-price (FFP) arrangement, with a projected value between $25 million and $100 million. It will be solicited as unrestricted, falling under NAICS code 237990. Bidders should be prepared to submit bid bonds and financial statements demonstrating their ability to undertake the project. The solicitation is expected to be released in October 2024 on the Procurement Integrated Enterprise Environment (PIEE) website. Bidders will have 30 days to respond. It's crucial for interested parties to regularly check the website for any updates or changes. Telephone inquiries can be directed to the project contacts, AMY COODY or Tiffany Kirtsey, whose details are available in the notice. This summary provides an overview of the pre-solicitation information. For detailed requirements and guidelines, refer to the official notice and forthcoming solicitation documents.
    D--Hard-Wired Telecommunication
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for hard-wire cable telecommunications services to various locations at U.S. Naval activities throughout the Hampton Roads area. The Hampton Roads area includes Williamsburg, VA, south to Chesapeake, VA. The services may be required in working spaces, living spaces, Navy Lodges, pier side, and dry-docks. This notice is not a request for competitive quotations, but all responsible sources may submit an offer. The complete Request for Proposal (RFP) package will be available for download on or about October 30, 2018, from the NECO Website. The North American Industry Classification System (NAICS) code for this acquisition is 517311 - Wired Telecommunications Carriers. Prospective contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.