Automatic Door Modification Service
ID: N0016425Q0532Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Facilities Support Services (561210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Defense, specifically the Naval Support Activity (NSA) Crane, is seeking qualified contractors to provide Automatic Door Modification Services, focusing on the procurement and installation of automatic door operators at Building 2036 in Indiana. The project aims to enhance accessibility by ensuring compliance with the Americans with Disabilities Act (ADA) and Equal Employment Opportunity (EEO) requirements, which includes installing new automatic doors, repairing existing concrete structures, and maintaining safety and quality standards throughout the installation process. This initiative is part of the federal government's broader commitment to improving infrastructure accessibility and safety within government facilities. The total award amount for this contract is approximately $47 million, with a target due date for offers set for February 17, 2025, and a required completion date of March 31, 2025. Interested parties can contact Kelly Kapanzhi or Kacey Jones at kacey.l.jones5.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for the procurement and installation of new automatic door operators and related renovations at the Naval Support Activity in Crane, Indiana. The total award amount for this contract is approximately $47 million, with a target due date for offers set for February 17, 2025. The project addresses compliance with ADA and EEO regulations, emphasizing necessary repairs to concrete sidewalks and floors, as well as the installation of new automatic door controls on six designated doors. The document outlines specifications, quantities, and delivery performance, specifying a firm fixed-price arrangement for various deliverables, including safety reports and a quality control plan. The provisions for inspection and acceptance are directed to specific personnel at the Naval Warfare Center, and the document incorporates a wide range of federal acquisition regulations applicable to the contract. Overall, this RFP exemplifies the federal government's initiatives to support women-owned small businesses and ensure compliance with legal regulations through detailed procurement processes focused on enhancing accessibility and safety within government facilities.
    The document outlines a Statement of Work (SOW) for the procurement and installation of automatic door operators at Building 2036, Naval Support Activity (NSA) Crane, Indiana. It covers the necessary management, labor, materials, and equipment to ensure compliance with the Americans with Disabilities Act (ADA) and Equal Employment Opportunity (EEO) requirements. The project includes installing new automatic doors at specific locations, repairing existing concrete structures, and maintaining safety and quality standards throughout the installation process. The SOW delineates performance requirements, including specifications for door operators, necessary electrical work, and safety measures to be implemented. Key regulations and standards (e.g., OSHA, NFPA) are cited to guide contractors in compliance and safety. The document specifies the need for detailed submittals, including project schedules, safety plans, and quality control measures, while emphasizing clear communication and coordination with relevant government authorities. The contract's required completion date is set for March 31, 2025, highlighting the federal government's focus on improving infrastructure accessibility while ensuring adherence to strict safety and environmental protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USDA Seattle ADA-Compliant Button Installation (4 Sets of Doors)
    Buyer not available
    The General Services Administration (GSA) is seeking proposals from small businesses for the installation of ADA-compliant automatic door openers at the Pacific Wildland Fire Sciences Laboratory in Seattle, Washington. The project involves installing four sets of door openers that will integrate with the existing access control system, enhancing accessibility for individuals with mobility challenges. This initiative underscores the government's commitment to compliance with the Americans with Disabilities Act and improving facility accessibility. Interested contractors must submit their proposals electronically by February 14, 2025, with a performance period of 60 days post-award. For inquiries, contact Cynthia Zhang at cynthia.zhang@gsa.gov or call 253-347-7837.
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.
    Z1DA--ADA Automatic Door Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking potential vendors for the replacement of ADA automatic doors at the Salem VA HealthCare System in Salem, Virginia. This Sources Sought Notice aims to conduct market research to determine if the project can be competitively awarded, with a focus on identifying qualified contractors under NAICS code 238990, which encompasses all other specialty trade contractors. The successful replacement of these doors is crucial for ensuring accessibility and compliance with ADA standards within the healthcare facility. Interested vendors must respond by February 14, 2025, providing necessary company information, including socio-economic status and SAM registration details, to Contract Specialist Yanique WilliamsChin at yanique.williamschin@va.gov or by phone at 757-315-2598.
    15--DOOR,ACCESS,AIRCRAF, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft access doors. The contractor will be responsible for overhauling, upgrading, repairing, testing, and inspecting the specified items to ensure they meet operational standards, with a focus on returning them to a Ready for Issue (RFI) condition. This procurement is critical for maintaining the functionality and reliability of aircraft components, which are essential for national defense operations. Interested contractors can reach out to Jaclyn Dooling at 215-697-2530 or via email at jaclyn.dooling@navy.mil for further details regarding the solicitation process.
    Roller Curtain Door
    Buyer not available
    The Department of Defense, specifically the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified small businesses to supply a motor-operated stainless steel roller curtain door for the USS OAK HILL LSD-51. The procurement requires the delivery of one unit with specific dimensions of 11 feet by 13 feet 6 inches, to be completed by July 25, 2025, with shipping costs included in the proposal. This contract is critical for maintaining operational readiness and safety standards within naval operations. Interested vendors must submit their proposals by December 20, 2024, and can direct inquiries to Erica Crandall at erica.collins1@navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil.
    Hangar Door Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance of hangar doors at Eglin Air Force Base, Florida, under a contract valued at approximately $12.5 million. The contract requires quarterly inspections and preventative maintenance of two HydroSwing doors and one Wilson bi-fold door over a base year and four option years, ensuring operational reliability and compliance with safety standards. This procurement is particularly significant as it supports the operational capabilities of military facilities, emphasizing the government's commitment to utilizing small businesses, including those owned by women and economically disadvantaged individuals. Interested contractors must submit their offers by February 18, 2025, and can direct inquiries to Amn Alexander Maravilla at alexander.maravilla@us.af.mil or by phone at 850-882-0279.
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) – Construction MAC
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified contractors for a Request for Information (RFI) and Sources Sought (SS) related to a Construction Multiple-Award Indefinite-Delivery, Indefinite-Quantity (CONMAC) contract. This procurement aims to address multiple construction projects at NSWC Crane and the Lake Glendora Test Facility, focusing on facility Sustainment, Restoration, and Modernization (SRM), including construction management, engineering oversight, and various construction tasks such as renovations and energy efficiency upgrades. The anticipated contract, valued at up to $48.7 million over a five-year period, will be awarded based on technical and past performance evaluations, with a minimum task order value of $500. Interested parties should direct inquiries to Mr. Aaron Hohl at aaron.m.hohl.civ@us.navy.mil, with proposals due by February 17, 2025.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE AND REPAIR SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking qualified contractors to provide maintenance and repair services for Vertical Transportation Equipment (VTE). The procurement aims to ensure the operational efficiency and safety of material handling equipment, which is critical for various military and logistical operations. This opportunity is set aside for small businesses under the SBA guidelines, with the work to be performed in Crane, Indiana. Interested parties should reach out to Melissa Lynn Willis at melissa.l.willis4.civ@us.navy.mil for further details regarding the presolicitation notice.
    Replace Electrical Vault Doors, Frame and Hardware B150 & B148
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of electrical vault doors, frames, and hardware at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7390922. The project entails the removal and installation of heavy-duty insulated doors and associated hardware, ensuring compliance with safety and fire regulations while minimizing disruption to ongoing operations. This procurement is crucial for maintaining the integrity and security of the facility's infrastructure. Proposals are due by March 11, 2025, with an estimated project cost between $25,000 and $100,000, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.
    ENGINE BAY DOOR AFT
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of an Engine Bay Door Aft. This opportunity falls under the NAICS code 333998, which pertains to miscellaneous general-purpose machinery manufacturing, and involves the provision of goods that are critical for naval operations. Interested vendors should note that the procurement includes specific requirements such as compliance with quality standards and warranty provisions, with a focus on ensuring equal opportunity for all workers, including those with disabilities. For further inquiries, potential bidders can contact Jaclyn Dooling at 215-697-2530 or via email at jaclyn.dooling@navy.mil.