Bldg's 4 & 1000 Fence Installation Project
ID: N6449825Q4018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the installation of fencing at Buildings 4 and 1000 within the Philadelphia Navy Yard Annex. This project, set aside for small businesses, involves the construction of approximately 82 linear feet of new fencing, the replacement of a single gate with a double-wide gate, and the addition of a 200-foot long fence on the west side, all aimed at enhancing security and infrastructure at the facility. The estimated contract value ranges from $25,000 to $100,000, with a completion timeline of 70 calendar days from the award date. Interested contractors must submit their proposals, including relevant past performance documentation, by March 21, 2025, and can direct inquiries to Rachel Johnston at Rachel.m.johnston6.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.

    Files
    Title
    Posted
    The provided document appears to be a site map related to a fence project at the NSWC Philadelphia Division, specifically addressing Buildings 1000 and 4. It outlines various streets, landmarks, and notable areas surrounding the site, such as Broad Street, League Island Boulevard, and the Delaware River. The map details key locations, including entry points and buildings significant to the project, such as Building 29, which houses the Badge Office. The document also emphasizes proximity to major roads like I-95 and various street intersections, indicating careful consideration of access and navigation for the project. Overall, it serves as a visual aid for planning and execution purposes within the framework of federal RFPs for infrastructure improvement and safety enhancements on government property.
    The document outlines the scope of work (SOW) for the installation of new fencing and gate systems at the Naval Surface Warfare Center locations in Philadelphia, PA. It includes detailed specifications for the construction and replacement of various types of fences and gates around Buildings 4 and 1000. Key projects involve the installation of approximately 82 linear feet of new fence on the east side, the replacement of a single gate with a double gate, and the addition of a 200-foot long fence on the west side, along with a new cantilever sliding gate. Supporting details in the document specify the architectural plans and dimensions for each segment of the fence as well as various rooms and requirements within the facility, highlighting the importance of security and facility management. This project is part of a larger initiative to improve the infrastructure at the facility, ensuring it meets operational and safety standards. The clearly articulated plans demonstrate the federal government’s commitment to maintaining secure premises in line with operational needs at federal facilities.
    The document details a project involving fencing upgrades around Buildings 4 and 1000, emphasizing various locations and modifications. It includes photographs labeled by specific areas, such as the east, west, and midpoint of fence runs, as well as the installation of a double-wide gate at Location 2. New fence installations are highlighted for Location 3, showcasing views from different angles. The images document the scope of work required for boundary reinforcement and security improvements at these federal properties. This project appears to fall under federal infrastructure enhancements aimed at maintaining safety and integrity of government facilities, aligned with compliance regulations and operational needs.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking past performance information regarding contractors for the NSWCPD Building 4 & 1000 Fence Project under Solicitation No. N6449825Q4018. End users are requested to complete a questionnaire covering contractor roles, contract specifics, project relevancy, and performance assessments across various criteria such as cost control, schedule adherence, quality, and safety. Ratings range from "Exceptional" to "Unsatisfactory," with specific justification provided for each. The questionnaire also includes sections for additional references and assessor information, ensuring thorough evaluation of contractor past performances in relation to the scope of the project. Submission of the completed questionnaire via email to the designated contacts is critical for consideration. Compliance with the structure and requirements set forth is essential for effective contractor evaluation within the context of government contracting processes.
    The document provides a transmittal form utilized by contractors to submit shop drawings, equipment data, material samples, or compliance certificates related to construction projects under the U.S. Army Corps of Engineers (USACE). It outlines the process for requesting approval of these items, requiring detailed information such as project title, specification section, and item descriptions. The form serves both new submissions and resubmittals, necessitating a unique transmittal number for tracking. Additionally, it instructs contractors on completing the form, including the need for uniformity in submissions related to the same specification section and how to handle variations from contract requirements. The document emphasizes the significance of thorough review and approval actions, categorizing them into several status codes indicating the outcome of each submission. This transmittal process is crucial for ensuring that all materials and equipment meet compliance standards and contractual obligations in federal projects. Overall, the form facilitates organized documentation within the framework of federal grants and RFPs in construction contexts.
    The document pertains to a federal government RFP aimed at soliciting proposals for various projects related to federal grants and local RFPs. While the contents of the specific file could not be accessed, it generally serves the purpose of encouraging organizations to submit their plans for funding opportunities targeting community development, infrastructure enhancement, or service provision. Key elements of such RFPs typically include eligibility criteria for applicants, project objectives, required documentation, timelines for submission, and evaluation criteria for proposals. The structure often includes specific sections: an introduction outlining the government's goals, guidelines for applicants, detailing the process for submission, and funding limitations. These RFPs are designed to promote transparency and competition among service providers while ensuring efficient use of federal and state resources in meeting community needs. Overall, the document reflects the government's commitment to fostering collaboration with various stakeholders through strategic funding initiatives for local and federal projects.
    The document outlines the "Contract Performance Statement / Schedule of Values" for the Fence Project at Building 1000 and 4 at the Philadelphia Navy Yard, specifically related to Building 77L. This schedule is designed for completion by the contractor and includes various sections for tracking project performance, financial metrics, and progress assessment, including quantity, unit cost, overall costs, and percentage complete for each line item. All entries currently reflect zero values, indicating that work has not yet commenced or been reported. The format includes provisions for authorized signature, remarks, and contact details, in accordance with government contracting regulations. Overall, the document serves as a foundational tool for monitoring and reporting compliance in construction project management within the federal contracting framework.
    The Activity Hazard Analysis (AHA) form is a critical component required for contractors performing government work, ensuring safety and risk management on job sites. The AHA outlines a structured process for identifying job tasks, associated hazards, and implementing necessary controls. Key elements include a Risk Assessment Code (RAC) matrix that evaluates the probability and severity of hazards, classifying them into categories ranging from "Extremely High Risk" to "Low Risk." Each contractor must review the AHA, document potential hazards, and maintain a signature log to confirm that workers have acknowledged safety protocols before commencing work. Additionally, it mandates periodic review and updates in response to changes in work procedures or site conditions, empowering supervisors to maintain a safe work environment. The AHA document serves as a proactive measure, aligning with government RFP requirements for safety compliance and risk mitigation in federal and local projects.
    The Contractor Lift Plan outlines the requirements and procedures necessary for executing crane operations involving suspended loads. It serves as an entry package that must ensure compliance with various safety regulations including OSHA and ASME standards. Key components include the submission of inspection certificates, a detailed lift plan including weight capacities, environmental considerations, and the designation of qualified personnel such as operators and riggers. The document necessitates the verification of lifting equipment, including annual and quadrennial inspection dates, and the inclusion of marks on the lift plan that denote responsibilities. Each lift is classified as either routine or critical, with the latter requiring expanded detail to mitigate risks associated with complex operations. Specific lifting details such as load weights, rigging gear, and environmental constraints are specified to ensure safe execution. This comprehensive plan supports federal compliance and aims to enhance the safety and reliability of crane operations in government contracts, ultimately contributing to the integrity and efficiency of construction processes while prioritizing worker safety and regulatory adherence.
    The document titled "Mobile Construction Equipment Checklist" serves as a standard attachment within a Statement of Work (SOW) for federal government requests for proposals (RFPs) and grants related to construction projects. It outlines the necessary equipment and specifications required for mobile construction operations, ensuring compliance with safety and operational standards. Key points include a detailed list of various mobile construction equipment types, such as excavators, bulldozers, and cranes, alongside their required conditions and functionalities. The checklist aims to help contractors verify that all necessary equipment is available and in compliance with federal regulations before commencing work. This process is vital to ensure operational efficiency, safety, and adherence to contractual obligations stipulated in government contracts. The checklist emphasizes the importance of thorough documentation and quality assessments of equipment to mitigate risks and ensure project success. This tool is integral for government agencies, contractors, and industry stakeholders engaging in construction-related projects funded or overseen by federal or state entities.
    The Contractor Production Report documents daily activities related to the Building 1000 and 4 Fence Project. Key components include weather conditions, safety measures undertaken, hours worked by employees, and any accidents or hazardous material releases. The report requires information about job safety meetings, equipment and materials received, and inspections for equipment used on-site. The report uses a structured format to capture relevant details on work performed each day, emphasizing the importance of safety compliance and environmental considerations. There is a focus on summarizing work hours from both the current and cumulative periods, alongside a requirement for reporting any safety incidents or hazardous material events, which informs regulatory adherence and protection of workers. Overall, this document serves to provide oversight and accountability for contractor work on government projects, contributing to transparency in federal, state, and local grant processes, as well as fulfilling requirements of various RFPs related to construction and environmental safety.
    The document outlines the Current Base Guidelines for managing Portable Electronic Device (PED) requests, contractor identification badges, lock-out/tag-out (LOTO) procedures, roll-up door access requests, and vehicle inspections for contractors operating on government property. It emphasizes strict adherence to submission processes, including documentation accuracy and timeliness, to ensure compliance with security protocols. Key procedures include submitting a digitally completed PED request, utilizing the SECNAV Form 5512/1 for contractor identification badges, and following specific communication protocols for LOTO and vehicle inspection requests. Contractors must provide detailed information about their requests and ensure preparedness for security measures, such as antivirus checks and compliance with identification guidelines. The document serves as a comprehensive guide for contractors to navigate the regulatory landscape while ensuring safe access and operation within government facilities. By detailing the steps required and the importance of safety and security, it reinforces the government's commitment to maintaining structured operational protocols and protecting sensitive information within its premises.
    The document outlines a Request for Proposal (RFP) for a construction contract set aside exclusively for small businesses under the North American Industry Classification System (NAICS) code 238990. The project, estimated between $25,000 and $100,000, involves the installation of fences at designated locations within the Philadelphia Navy Yard Annex. Bidders are required to complete work within 70 calendar days and submit their proposals, including a firm-fixed price, by March 21, 2025. Key evaluation factors include a bonding guarantee, past performance relevance and quality of similar projects, and price competitiveness. Offerors must provide examples of relevant past performance from the last five years, taking care to comply with specific documentation requirements. The proposal submission must adhere to guidelines specifying formatting, submission methods, and necessary representations and certifications. Overall, the RFP emphasizes strict adherence to procurement regulations and prompt communication of any site conditions prior to work commencement. This solicitation is structured to encourage fair competition and ensure quality delivery from small business contractors, reinforcing the government’s commitment to supporting these enterprises.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NSWCPD -Bldg. 29 - Design Build Fire Alarm Repairs (Mass Notification System)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and construction of a Fire Alarm and Mass Notification System (FA&MNS) repair at Building 29 in Philadelphia, Pennsylvania. This project is set aside for small businesses and has an estimated contract value between $500,000 and $1,000,000, with proposals due by April 3, 2025. The procurement emphasizes the importance of safety and compliance in government facilities, requiring contractors to demonstrate relevant experience, provide bonding, and adhere to stringent submission guidelines, including a valid NIST SP 800-171 assessment for cybersecurity. Interested contractors can reach out to primary contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or secondary contact David Rhoads at david.a.rhoads8.civ@us.navy.mil for further information.
    Building 77H Tank Farm Drainage Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for drainage repairs at Building 77H Tank Farm in Philadelphia, Pennsylvania. This project, categorized under the NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors, is a total small business set-aside, with an estimated construction cost ranging from $100,000 to $250,000. The selected contractor will be responsible for implementing drainage solutions, including the installation of a new sump pump and associated piping, which are critical for maintaining operational integrity at the facility. Interested contractors must submit their proposals by March 20, 2025, following a mandatory site visit on March 12, 2025, and can direct inquiries to Kristen Cella at kristen.m.cella.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.
    DESIGN-BUILD NSWCPD PACKAGE 2 B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a design-build contract focused on various repair and upgrade projects at the Philadelphia Naval Yard Annex. The scope of work includes emergency exit pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is critical for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 24, 2025, with a site visit scheduled for February 20, 2025, and interested contractors can contact Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the repair of Pump Motor 1C located in Building 77H, with a contract value estimated between $250,000 and $500,000. This project is set aside exclusively for small businesses and requires adherence to stringent safety and operational standards, as outlined in various supporting documents, including a Mobile Construction Equipment Checklist and Activity Hazard Analysis protocols. The successful contractor will be responsible for ensuring compliance with federal regulations while executing the repair work, which is critical for maintaining operational efficiency in government facilities. Proposals must be submitted by March 21, 2025, following a mandatory site visit in early March, and interested parties can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil for further details.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    Defense Supply Center Richmond(DSCR) Building 100(CDC) Perimeter Fence Replacement
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the replacement of the perimeter fence at the Defense Supply Center Richmond’s Child Development Center (CDC) in South Chesterfield, Virginia. The project entails the removal of deteriorated vinyl/rubber fencing while retaining existing posts, followed by the installation of new vinyl-coated fabrics, gates, and top rails, with a completion timeframe of 120 days from the notice to proceed. This procurement is set aside for small businesses, emphasizing the importance of quality and compliance with federal safety and environmental regulations throughout the construction process. Proposals are due by March 18, 2025, and interested contractors should contact Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further details.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Multiple Bachelor Enlisted Quarters (BEQ) Lock Repairs Phase IV project at Camp Lejeune, North Carolina. This project aims to address critical maintenance needs by replacing locksets on multiple living area doors across 53 BEQ buildings, with an estimated budget ranging from $5 million to $10 million. The contract is essential for maintaining security and operational continuity at the facility, adhering to federal contracting norms and safety standards. Interested contractors must submit their proposals by March 13, 2025, at 2:00 PM, and are encouraged to acknowledge amendments and participate in a site visit scheduled for March 5, 2025. For further inquiries, contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    February 2025 NSWCPD Multiple Award Contract Task Order Forecast
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is forecasting multiple award contract task orders for various U.S. Navy projects scheduled for February 2025. These projects will involve installation and maintenance work primarily under the Big Blue MAC and D40 Equipment Services MAC contracts, focusing on upgrading critical naval equipment systems such as Voyage Data Recorders, Integrated Bridge Systems, and Engine Repairs. The anticipated contract values for these projects range from under $2 million to $50 million, reflecting the Navy's ongoing commitment to enhancing operational capabilities. Interested contractors should prepare for upcoming Requests for Proposals (RFPs) and note that specific project details, including contact information and timelines, are outlined in the associated documentation.
    3573 HAYWARD Drydock
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Philadelphia office, is seeking qualified contractors for the 3573 Hayward Drydock project. This presolicitation opportunity is set aside for small businesses and involves shipbuilding and repairing services, categorized under NAICS code 336611 and PSC code J998 for non-nuclear ship repair. The procurement is crucial for maintaining and enhancing the operational capabilities of naval vessels, ensuring they are fit for service. Interested parties should reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details.
    Y--Fence Replacement
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting bids for a firm-fixed-price contract to replace fencing at the William Howard Taft National Historic Site in Cincinnati, Ohio. The project involves removing 170 linear feet of existing wooden railings and installing new galvanized steel railings to enhance safety while preserving the historical integrity of the site. This initiative is crucial for maintaining the accessibility and security of a significant national landmark, with an estimated construction cost between $25,000 and $100,000. Interested contractors must submit their proposals by the specified deadline and are encouraged to contact Craig Bryant at CraigBryant@nps.gov or call 440-717-3706 for further information.