NUWC Structural Roof assessment
ID: 140D0425Q0200Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

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

    The Department of the Interior is soliciting bids for a structural roof assessment at Building 977 of the Naval Undersea Warfare Center in Kapolei, Hawaii. The project aims to evaluate the roof's structural integrity due to concerns over safety and load capacity, necessitating a comprehensive assessment of existing conditions and recommendations for remediation. This procurement is set aside for small businesses under NAICS code 541330, emphasizing the government's commitment to enhancing infrastructure safety while promoting small business participation. Proposals are due by March 24, 2025, and interested contractors should direct inquiries to Andrew Cary at andrew_cary@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quote (RFQ) for a structural roof assessment at the Naval Undersea Warfare Center in Kapolei, Hawaii. It is set aside for small businesses under NAICS code 541330, with a project scope focused on assessing the roof of Building 977, which has been subjected to upgrades and currently exceeds its original design load capacity, raising concerns about safety and structural integrity. The contractor will be responsible for providing all necessary labor, materials, and equipment, and must conduct a thorough evaluation to identify existing load conditions, including the structural impacts of additional rooftop installations. A comprehensive report, including remediation recommendations and increased loading solutions, is required within a 90-day performance period. Proposals are due by March 24, 2025, and must comply with FAR regulations regarding prompt payment and invoicing. Evaluation of submissions will utilize a lowest price technically acceptable approach, accentuating the importance of meeting the technical specifications outlined. This RFQ reflects the government's initiative to ensure safety and operational efficiency for ongoing critical missions.
    The document outlines a Request for Quote (RFQ) for a structural roof assessment at Building 977 of the Naval Undersea Warfare Center located in Kapolei, Hawaii. This acquisition falls under the small business set-aside criteria, focusing on engineering services. The contractor is tasked with conducting a comprehensive evaluation of the roof's structural integrity, addressing concerns stemming from previous leaks and additional equipment loads surpassing original design parameters. Required deliverables include a detailed report on existing loads, assessments for wind and lateral loads on current structures, and three conceptual designs for enhancing the roof's support capacity. The work must comply with applicable federal, state, and local regulations, with a completion timeline of 90 days. All proposals will be evaluated based on technical acceptability, with quotes progressing to price evaluations only if they meet all technical specifications. The final award will be based on the lowest price that meets these requirements, ensuring the project aligns with fair market values. Overall, the RFQ reflects the government's aim to enhance infrastructure safety and capacity while promoting small business participation.
    The document outlines clarifications regarding a federal Request for Proposals (RFP) related to structural evaluations, specifically concerning roof assessments and requirements for contractors. It confirms that the scope is limited to structural issues, focusing on visible features and excluding non-structural problems such as water leaks. Detailed pricing elements are not required; price evaluations will hinge on total proposed prices post technical acceptance. Contracts will be evaluated using the Contractor Performance Assessment Reporting System (CPARS), focusing on future performance evaluations rather than requiring past performance data. No significant heavy equipment influences the roof capacity calculations. The government allows flexibility regarding contractor reports and meetings, suggesting virtual options while not imposing format restrictions. Additionally, the project is set aside for small businesses in the engineering services sector, with the corrected NAICS code reflecting this change. Overall, the RFP emphasizes specific structural assessments while providing contractors with basic guidelines for submission and evaluation processes.
    The United States Department of the Interior, via the Interior Business Center, has issued a Request for Information (RFI) aimed at identifying small business Architectural Engineering firms in Hawaii for a structural roof assessment of Building 977 at the Naval Undersea Warfare Center (NUWC) Hawaii. The assessment seeks to ensure safety and structural integrity due to increased loading from additional equipment and a history of roof leaks. Requirements include a detailed evaluation of existing loads and structural components, development of concept drawings for potential solutions, and compliance with applicable regulations. Interested vendors are requested to submit a capability statement detailing their qualifications, relevant government affiliations, and contact information by January 31, 2025. Safety and security protocols for site access must also be adhered to. This RFI serves purely for information gathering, with no commitment to procure services, and emphasizes that costs incurred by vendors in response are at their own expense.
    This document serves as Amendment 0001 to a request for quotations (RFQ) concerning a specific government solicitation. It primarily aims to provide clarifications by including a series of Questions & Answers that arose during the RFQ process, which have been compiled into an attached Excel spreadsheet. The amendment also addresses an issue with duplicate attachments that were mistakenly included with the original RFQ, noting that the second attachment contained no new information. Vendors are instructed to acknowledge receipt of this amendment as part of their bid submission process, emphasizing the importance of timely acknowledgment to avoid the potential rejection of their offers. The document encompasses standard contract modification language detailing the amendment's purpose, its implications on the contract/order number, and procedural requirements for vendors. The overall objective is to ensure that potential contractors are fully informed and compliant with the RFQ's guidelines before submission.
    This document serves as a solicitation for bids related to construction, alterations, or repairs under the U.S. government's procurement processes. It outlines vital details such as the solicitation number, issuance date, and the organization responsible (Interior Business Center, AQD). The contractor is required to provide performance and payment bonds, and they must submit their offers by the specified deadline, which will be publicly opened. Notably, the offer's acceptance period, along with additional solicitation requirements, is emphasized. The contractor agrees to fulfill the work requirements and conditions specified in the solicitation and is expected to acknowledge any amendments made prior to the bidding process. The award section indicates that acceptance of the contractor's offer will conclude the contractual agreement with no further documentation necessary. The structure includes different sections for the offeror and the government contracting officer, ensuring proper communication and documentation flow. This solicitation highlights the federal government’s formal procurement framework, aimed at soliciting competitive bids for significant construction projects while ensuring compliance and oversight.
    Lifecycle
    Title
    Type
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS UTILITY SYSTEMS STUDIES AT VARIOUS LOCATIONS IN ALL AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC
    Buyer not available
    The Department of Defense, through NAVFAC Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on various utility systems studies at locations under its jurisdiction. The contract aims to provide engineering services that include conducting utility system studies, with an emphasis on technical proficiency and comprehensive qualifications beyond mere possession of relevant software tools. This opportunity is particularly significant as it supports the maintenance and enhancement of critical utility systems, ensuring operational efficiency and safety. Interested small businesses must submit their qualifications via the SF330 form by March 15, 2025, at 12:00 PM Hawaii Standard Time, and can direct inquiries to Mitchell Yoshimura at mitchell.s.yoshimura@navy.mil or Erik Torngren at erik.torngren@navy.mil.
    Roofing Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract aimed at small businesses. This contract will focus on the repair or alteration of miscellaneous buildings, specifically within the roofing sector, as classified under NAICS code 238160. The services procured are vital for maintaining the integrity and safety of military facilities. Interested contractors are encouraged to reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or by phone at 360-396-0262, or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil or 360-315-8317 for further details regarding the solicitation process.
    Construction - B113 R124 Heat Pump Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting bids for the B113 R124 Heat Pump Project, a construction contract set aside exclusively for small businesses. The project entails the installation of heat pumps, requiring contractors to provide both labor and materials while adhering to various technical and safety regulations. This initiative underscores the government's commitment to supporting small business participation in federal contracting, with an estimated project cost ranging from $100,000 to $250,000. Interested bidders must submit their proposals by April 10, 2025, following a mandatory site visit on March 24, 2025, and are encouraged to contact Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil or 401-832-5568 for further details.
    Roof Repairs at the Almeric L. Christian US Courthouse & Federal Office Building located at St. Croix, USVI
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for roof repairs at the Almeric L. Christian Federal Building and U.S. Courthouse located in St. Croix, U.S. Virgin Islands, under Solicitation No. 47PC0225R0017. The project aims to address critical roofing issues, including the removal of existing roofing systems and installation of a new hurricane-resistant standing seam metal roof, with an estimated cost ranging from $1,000,000 to $5,000,000. This initiative is vital for maintaining the integrity and safety of federal infrastructure in a region prone to severe weather conditions. Interested small businesses must submit their proposals, including technical and price components, by April 3, 2025, with further inquiries directed to Olga Rodriguez at olga.rodriguez@gsa.gov or by phone at 646-285-8179.
    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.
    Indefinite Delivery Indefinite Quantity (IDIQ) for Carpet/Resilient Floor Replacements, Various Locations, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on carpet and resilient floor replacements at various locations on Oahu, Hawaii. This procurement aims to provide essential flooring services, which are critical for maintaining operational readiness and safety in military facilities. The contract is set aside for 8(a) certified businesses under the NAICS code 238330, and interested parties can reach out to Robert Wong at robert.l.wong13.civ@us.navy.mil or call 808-471-1592 for further details. The presolicitation notice indicates that the contract will be awarded in accordance with federal procurement regulations.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    Repair Barracks Buildings 2081 and 2083 Schofield Barracks, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the repair of Barracks Buildings 2081 and 2083 located at Schofield Barracks in Oahu, Hawaii. The procurement aims to address necessary repairs and alterations to troop housing facilities, ensuring they meet current standards and provide adequate living conditions for military personnel. This opportunity is critical for maintaining the infrastructure that supports the operational readiness of the armed forces. Interested contractors can reach out to Christie Lee at christie.s.lee@usace.army.mil or by phone at 808-835-4083, or Jennifer Ko at Jennifer.I.Ko@usace.army.mil or 808-835-4378 for further details.
    Roof Repairs - Bulding 200 and building 3
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quotation (RFQ) for roof repairs at the Puget Sound VA Medical Center – American Lake Campus, specifically targeting Buildings 200 and 3. This project is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, meaning that only certified SDVOSBs registered with the Small Business Administration (SBA) will be eligible to submit proposals. The repairs are crucial for maintaining the integrity and functionality of the medical facilities, ensuring a safe environment for veterans. A site visit for interested bidders is scheduled for March 14, 2025, with the RFQ expected to be released around March 10, 2025; interested parties should contact Derek Crockett at derek.crockett@va.gov or call 360-816-2760 for further inquiries.
    Data Center Hawaii Fuel Line Modification
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the modification of the fuel line at the Data Center located at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The project involves procuring, installing, and commissioning new fuel piping and components connecting the existing diesel fuel storage tank to Generator 3, with an emphasis on cost-effective solutions, potentially utilizing a standalone controller. This procurement is part of a Total Small Business Set-Aside initiative, encouraging participation from small businesses within the fabricated pipe and pipe fitting manufacturing industry (NAICS 332996). Interested contractors must submit their proposals by March 14, 2025, and can direct inquiries to John M. Ross at john.m.ross138.civ@mail.mil for further information.