NNSY, Bldg. 261, Paint Interior Roof, West End
ID: N4008525R2537Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Nov 6, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 26, 2024, 12:00 AM UTC
  3. 3
    Due Dec 6, 2024, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the interior painting of the roof at Building 261, located at the Norfolk Naval Shipyard. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is categorized as a construction of miscellaneous buildings under the PSC code Y1JZ. The opportunity is set aside for 8(a) certified businesses, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N4008525R2537. For inquiries, potential bidders may contact Karen Richardson at karen.y.richardson@navy.mil or Rachel Honecker at rachel.honecker@navy.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Roofing Multiple Award Construction Contract
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract (MACC) aimed at roofing construction, repair, and alteration of naval facilities across several states, primarily in Washington. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is exclusively set aside for small businesses, with a focus on the roofing contractors under NAICS code 238160, which has a small business size standard of $19 million. The work will encompass various locations within the NAVFAC Northwest Area of Responsibility, including Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested contractors can reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil for further details.
Z--Indefinite Delivery / Indefinite Quantity (IDIQ) Regional Painting and Wall Covering contract for the Hampton Roads, Virginia, Area of Responsibility
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking eligible 8(a) firms for an Indefinite Delivery / Indefinite Quantity (IDIQ) Regional Painting and Wall Covering contract for the Hampton Roads, Virginia, Area of Responsibility. The contract includes interior and exterior painting, vinyl wall covering removal and installation, sandblasting, water blasting, lead base paint abatement, and other maintenance repairs and preparations associated with painting and wall covering. The work is located in various naval bases and facilities in the Hampton Roads Area of Virginia. The estimated performance period is five years with a total estimated cost between $10,000,000 to $25,000,000. The solicitation will be available on or about 30 November 2018. Contractors must be registered in the System for Award Management (SAM) database.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the renovation of the CEP-200 and 209 offices at Naval Station Norfolk in Virginia. This project falls under the category of commercial and institutional building construction, specifically focusing on the repair or alteration of miscellaneous buildings. The renovations are crucial for maintaining operational efficiency and ensuring a conducive work environment for personnel stationed at the facility. Interested contractors should note that the proposal due date has been extended to May 30, 2025, at 1400 local time, and must acknowledge receipt of the amendment to the solicitation. For further inquiries, potential bidders can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or Kathryn Arnold at kathryn.arnold@navy.mil.
IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF ROOFING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for a multiple award construction contract (MACC) set aside for small businesses, focusing on new construction, renovation, and repair of roofing projects at various government installations. The procurement aims to award approximately three or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with work primarily anticipated in California, covering a range of roofing systems and associated tasks, including installation, maintenance, and emergency repairs. The total estimated value of the contracts is $200 million, with task orders ranging from $100,000 to $7.5 million, and a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Elson Muzada at elson.g.muzada.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil for further details, and must register on the SAM.gov website to access the solicitation, which will be available in electronic format only.
ST. JULIEN?S CREEK ANNEX BUILDING 18Y BRICK REPAIRS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking contractors for the St. Julien's Creek Annex Building 18Y Brick Repairs project. This procurement involves the repair or alteration of industrial buildings, focusing on the restoration of brickwork at the specified facility. Such repairs are crucial for maintaining the structural integrity and aesthetic value of military installations. Interested contractors should note that this opportunity is set aside for 8(a) certified businesses, and they can obtain further details by logging into the PIEE portal and searching for solicitation number N4008525R2681. For inquiries, Emily Grissom can be contacted at emily.a.grissom.civ@us.navy.mil or by phone at 760-637-1670, with Michele Friedlein available at michele.m.friedlein.civ@us.navy.mil or 757-396-4645.
Upgrade R3 Pier Guardhouses to Level 7 Protection
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the upgrade of R3 Pier Guardhouses to Level 7 Protection. This project involves enhancing the security infrastructure of the guardhouses, which is critical for maintaining safety and operational integrity at naval facilities. The procurement is set aside for small businesses under the Small Business Administration guidelines, with the NAICS code 236220 indicating it pertains to commercial and institutional building construction. Interested contractors can find more details by logging into the PIEE portal and searching for solicitation number N4008525R2669. For inquiries, potential bidders may contact Mariah Paulk at mariah.paulk@navy.mil or Maurice Muse at maurice.muse@navy.mil.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring, ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548 for further details.
PAINT,PRIMER GREEN
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of PAINT, PRIMER GREEN, through NAVSUP Weapon Systems Support Mechanicsburg. This contract is set aside for small businesses and requires the manufacturing of a specific paint product that meets detailed military specifications, including shelf life requirements and compliance with various military standards for marking and packaging. The paint is crucial for military applications, ensuring that equipment and facilities are properly maintained and protected. Interested vendors should contact Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil for further details, with a delivery timeline of 90 days from contract award.
Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC office, for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC). The contract is primarily for construction projects in support of Air Station Oceana, Joint Expeditionary Base Little Creek-Ft. Story, and Naval Air Station Yorktown in the Hampton Roads area, Virginia. The projects will include general building type projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000. The NAICS Code is 236220. The Request for Proposal (RFP) will be issued in November 2017.
Underwater Hull Painting
Buyer not available
The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified vendors to provide underwater hull painting services as outlined in the attached Statement of Work (SOW). This procurement is a combined synopsis/solicitation for commercial items, adhering to the Federal Acquisition Regulation (FAR) Part 13 and utilizing Simplified Acquisition Procedures (SAP), with all parts required to be new, as refurbished or used parts will not be accepted. The successful contractor will play a crucial role in maintaining the operational readiness and longevity of naval vessels through effective hull maintenance. Interested parties should submit their responses to the solicitation identified by RFQ number N5005425Q0287, and for further inquiries, they may contact Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-762-3346.