Bldg 1051 Repair Cracks and Floor Coating
ID: N0025325Q0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Other Foundation, Structure, and Building Exterior Contractors (238190)

PSC

REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS (Z2EZ)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center, is soliciting proposals for the repair of cracks and application of floor coating in Building 1051 at Naval Base Kitsap in Keyport, Washington. The project requires a firm-fixed-price construction commitment, with tasks including grinding existing flooring, patching concrete cracks, and applying a new epoxy coating, all within a budget estimated between $100,000 and $250,000. This initiative is a total small business set-aside, emphasizing the importance of compliance with federal, state, and local regulations, as well as adherence to safety and environmental standards. Interested contractors must submit their proposals, including technical capabilities and past performance references, to Michelle Farrales at michelle.a.farrales.civ@us.navy.mil by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the process of definitizing equitable adjustments under construction contracts for the Department of the Navy. It details timeframes for conclusively addressing Change Order Definitization Proposals, categorizing the number of proposals definitized within various periods. Specifically, it shows that two proposals were definitized in 30 days or less, three in the 31 to 60 days range, three in the 61 to 90 days range, five within 91 to 180 days, another five from 181 to 365 days, and two taking longer than 365 days. After contract completion, nine instances of contract modifications addressing undefinitized equitable adjustments were noted. This data reflects the agency's operational efficiency and compliance with contractual obligations, providing insight into the management of change order disputes in government contracting. This document serves as an important reference within the context of federal contracting processes and equitability in fiscal adjustments.
    The document outlines a Request for Proposal (RFP) issued by the Naval Undersea Warfare Center for the repair of cracks and flooring coating at Building 1051. This project requires a firm-fixed-price construction commitment, with a budget estimated between $100,000 and $250,000. It is a 100% Small Business Set-aside initiative, requiring contractors to hold a current Washington State business license and adhere to all federal, state, and local regulations. Specific tasks include grinding the existing flooring, patching cracks in the concrete, and applying a new epoxy coating. Proposals must include a variety of documentation such as technical capabilities, past performance references, insurance requirements, and compliance with safety standards. The contractor will need to coordinate closely with the Contracting Officer's Representative (COR), manage site visits, and ensure all workers are qualified according to safety and environmental guidelines. Additional elements include the necessity for performance and payment bonds, detailed project planning, invoicing procedures through the Electronic Submission System, and the stipulation that all work must comply with the Unified Facility Guide Specifications. The contractor is also responsible for managing hazardous materials according to environmental regulations, ensuring the safety of personnel, and maintaining open communication regarding any potential disruptions to operations during the work period.
    The document outlines the wage determination for construction projects in Kitsap County, Washington, under the Davis-Bacon Act, published on January 3, 2025. It specifies minimum wage rates that contractors must pay for various building construction classifications, excluding single-family homes and low-rise apartments. The determination reflects compliance with Executive Orders 14026 and 13658, mandating baseline wage rates of $17.75 and $13.30, respectively, for different contract timelines. Additionally, the document lists detailed wage rates and fringe benefits for various labor categories, including skilled trades such as electricians, plumbers, and operators, along with the establishment of appeal processes for wage disputes and initial decisions. A critical element emphasized is the importance of adhering to prevailing wage laws to ensure fair compensation for construction workers engaged in federal contracts. Overall, the wage determination serves as a vital resource for ensuring compliance with federal standards on worker compensation in public construction projects.
    The attached document serves as a request for past performance references from an Offeror participating in federal contract proposals. It outlines the required information for five references, including contract numbers, titles, agency details, and descriptions of requirements and relevancies. Each reference must specify if it pertains to the prime contractor or a subcontractor, detailing major subcontracts and the percentage of work completed that aligns with the current proposal's efforts. The document requests maximum contract values and final contract values awarded, as well as contact information for primary points of contact, including Program Managers and Contracting Officers. Additionally, it prompts the Offeror to describe any problems encountered during execution and actions taken to address them, emphasizing the necessity for specificity rather than general performance assessments. This structured approach ensures the government evaluates the Offeror's previous experience and reliability effectively, crucial for adhering to the standards set in federal requests for proposals and grants.
    The document outlines two separate government contracts focused on asset installation and removal, detailing processes and reports necessary for successful project completion. The first project involves repairing cracks and applying a floor coating in Building 1051, including specific instructions on cost assessments that must encompass both labor and material expenses. Contractors are required to provide line items for each asset, whether newly installed or removed, while the Facilities Management Services (FMS) is responsible for asset number creation post-submission. The second project consists of replacing breathing air filters and installing carpet across various rooms in Building 5094. Similar to the first project, it requires comprehensive costing and documentation regarding materials, labor for old asset removal, and new installations. Contact details for suppliers and warranty expiration dates are essential elements to be recorded. The overall aim is to ensure compliance with government procurement processes while maintaining proper records for asset management during renovations or upgrades to facilities owned by the government.
    The "Safety Requirements for Contractors and Subcontractors" document outlines the essential safety protocols and compliance regulations for contractors working with the Naval Undersea Warfare Center (NUWC) Division Keyport. It emphasizes the contractors’ responsibility to ensure a safe work environment, adherence to OSHA standards, and thorough training of employees in safety procedures, hazard controls, and emergency response. Key sections include specific performance requirements for safety programs, inspections, and certifications related to potential hazards such as explosives, electrical systems, and confined spaces. Contractors are mandated to conduct daily hazard assessments, report all incidents promptly, and maintain written safety records. The document also covers the handling of hazardous materials and the necessity of compliance with state and federal regulations. Furthermore, it clarifies that embedded contractor employees are solely the contractors’ responsibility regarding safety, and detailed descriptions of potential hazards at different work sites are provided. This comprehensive approach aims to uphold safety standards and protect both contractor personnel and government employees, reflecting NUWC Keyport's commitment to maintaining safe operational conditions in its facilities.
    The "Guide to Environmental Compliance Requirements for Contractors and Subcontractors" serves as a comprehensive resource for contractors working at Naval Base Kitsap (Keyport). It emphasizes the mandatory adherence to federal, state, local laws, and Department of Navy environmental regulations, outlining responsibilities for environmental compliance. Key components include emergency response protocols, especially for spills, and strict management guidelines for hazardous materials and waste, highlighting training requirements for contractors. The importance of maintaining compliance with all environmental laws is emphasized to avoid penalties and ensure operational efficiency. The guide details hazardous waste management procedures and provides information on waste designation and recycling, aiming to promote sustainable practices. With resources for emergency contacts and a clear outline of communication channels, the document is integral for safeguarding environmental integrity while fulfilling military contracts, ensuring projects align with both safety standards and legal requirements.
    The Operations Security (OPSEC) Guide for Defense Contractors aims to provide guidance for government contractors engaged with the Naval Undersea Warfare Center Division (NUWCDIVKPT) to safeguard National Security Information. OPSEC entails analyzing critical information to identify threats and vulnerabilities, forming countermeasures for protection. The document outlines the applicability of OPSEC requirements based on contractor access levels to government facilities and the type of work performed. Key sections discuss general contractor responsibilities, training requirements, and the need for tailored OPSEC plans for sensitive contracts. It emphasizes prohibitions on unauthorized information dissemination and mandates protective measures for critical information during contract execution. Contractors are required to incorporate all associated OPSEC costs into their proposals and maintain training records. The guide concludes with definitions and references supporting OPSEC protocols, reinforcing the necessity of compliance to uphold national security interests within government contracting contexts.
    The government document outlines a Schedule of Prices/Contract Performance Statement for a project titled "Bldg 1051 Repair Cracks and Floor Coating" at the NUWC Division in Keyport, WA. The report includes a detailed breakdown of projected costs across various categories, such as labor, materials, equipment, and bonding or insurance, all currently reported as $0.00, indicating either an early stage or pending procurement actions. Sections detailing the percent complete and earned payment to date also reflect a status of 0.00%. The document serves as a framework for tracking financial performance related to federal contracts, ensuring compliance with guidelines for federal grants and local RFPs. Specifically, it lays out the necessity for monitoring costs in government contracting to uphold transparency and fiscal responsibility. The lack of reported earnings and payments suggests ongoing preparations rather than active work on the project. This document is essential for project management and financial tracking within federal procurement processes, ensuring all stakeholders remain informed on budgetary developments.
    The document outlines a bid solicitation (N0025325Q0006) for repairing cracks and applying floor coating in Building 1051 at Naval Base Kitsap in Keyport, WA. It specifies a base bid under Contract Line Item Number (CLIN) 0001, detailing the required tasks including labor for installation, equipment needs like scissor lifts and trucks, as well as site mobilization and demobilization. Example task descriptions are provided for clarity, emphasizing that bidders should provide sufficient detail for technical evaluation. The document requests contractors to maintain formulas for cost calculations and to submit their proposals with accurate quantity, unit rates, and totals in specific categories like materials and labor. Ultimately, this solicitation reflects the federal government's process for acquiring services to maintain military facilities effectively and in compliance with procurement guidelines.
    The document is a Pre-Proposal Inquiry Form related to Solicitation #: N0025325Q0006, focusing on the repair of cracks and application of floor coating in Building 1051. It serves as a formal mechanism for prospective bidders to pose questions about the solicitation. Respondents are instructed to email their inquiries to Kitty Candelaria at the specified address. The form emphasizes that the government's responses will be highlighted in red, ensuring clarity for participants. This inquiry process is a standard component of government Requests for Proposals (RFPs), which is designed to provide transparency and facilitate communication between the government and potential contractors. Overall, the document reflects the structured approach of the federal procurement process, allowing for clarifications that are essential for accurate proposal submissions and project understanding.
    The Safety Data Sheet is a required document for offerors participating in federal and state/local RFP processes, focusing on providing comprehensive safety information as part of their proposal. Offerors must detail their reported safety metrics over the past five years, specifically the OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) rates, and Total Recordable Case (TCR) rates, indicating any years without data and explaining trends indicating negative safety performance. Additionally, offerors must present a technical narrative outlining their approach to Safety Management Systems (SMS), which includes leadership involvement, hazard prevention, compliance monitoring of subcontractors, and safety training. The submission emphasizes the importance of safety management and compliance frameworks within the context of government contracts, underscoring accountability and proactive measures in ensuring workplace safety across all operations. This document promotes a systematic and detailed approach to safety, essential for mitigating risks in high-stakes government contracts.
    The Occupational Safety and Health Administration (OSHA) provides essential forms and guidelines for employers to record work-related injuries and illnesses under the OSH Act of 1970. This document outlines the requirements for maintaining records, including exemptions based on employer size and industry classification. Employers with ten or fewer employees or those in specific exempt industries may not need to complete forms unless directed by OSHA or the Bureau of Labor Statistics. Fatalities, hospitalizations, amputations, and eye losses must be reported regardless of exemptions. The document details how to fill out the Log of Work-Related Injuries and Illnesses (Form 300) and the annual Summary (Form 300A), which must be posted for employee awareness. It outlines what constitutes "work-related" incidents and provides definitions for injuries and illnesses requiring documentation. Additionally, it explains criteria for recording incidents, including medical treatment definitions and privacy concerns. OSHA emphasizes the importance of accurate recordkeeping for prevention efforts and aids employers in understanding workplace safety through injury and illness statistics. The guidelines aim to support employers in their responsibilities while fostering safer workplace environments across the United States.
    This document serves as an amendment to a federal solicitation related to a project managed by the Naval Undersea Warfare Center, incorporating changes to wage determinations and addressing pre-proposal inquiries. Key updates include confirmations on project specifications, such as the absence of required scaled drawings and clarifications on flooring preparations. The amendment clarifies that the existing flooring does not need complete removal for new epoxy application, and it allows for a single contractor representative to fulfill multiple managerial roles on-site. Specific queries regarding construction logistics, including the closure of adjacent doors during the project and requirements for flooring material resistant to Otto fuel, are also addressed. Overall, the document ensures that potential bidders have the necessary information to submit compliant proposals, emphasizing the government's specifications and operational requirements while maintaining the project's timeline and safety considerations.
    The document outlines the Wage Determination under the Davis-Bacon Act for construction projects in Kitsap County, Washington, specifically WD # WA20250109. It establishes minimum wage rates for various construction disciplines, emphasizing that contracts awarded on or after January 30, 2022, must pay a minimum of $17.75 per hour (or higher if specified) for covered workers, in accordance with Executive Order 14026. Previous contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658, necessitating at least $13.30 per hour. This determination includes classifications, wage rates, and fringe benefits for a variety of roles, ranging from heat and frost insulators to various laborers and operators. It notes the need to submit conformance requests for any necessary roles not listed. Furthermore, the document elaborates on appeals processes and administrative procedures for disagreements concerning wage determinations. As a critical part of federal contracting, this wage determination ensures compliance with labor standards, protecting workers' rights and ensuring fair compensation across construction projects funded by federal grants or RFPs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Construction - B1320 Second Floor Alterations
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting proposals for the construction project titled "B1320 Second Floor Alterations." This project involves alterations to the second floor of Building B1320 and is exclusively set aside for small businesses, with an estimated contract value between $25,000 and $100,000. The work is critical for enhancing the infrastructure of the facility, reflecting the government's commitment to supporting small business participation while adhering to strict safety and compliance standards. Proposals are due by February 25, 2025, and interested contractors must attend a mandatory site visit on February 18, 2025, requiring pre-registration and valid visit requests. For further inquiries, contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil.
    Repair Brick Facade Cracks, Building 4298
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the repair of brick façade cracks at Building 4298, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves installing expansion joints and matching repairs to existing masonry, with an estimated contract value of less than $25,000 and a completion timeline of 75 days post-award. This maintenance work is crucial for ensuring the structural integrity of the facility while minimizing disruption to ongoing operations, particularly fueling activities. Proposals are due by 12:00 PM EST on March 4, 2025, and interested contractors should direct inquiries to Josef Vallone or Ericka J. Bishop via the provided contact information.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking proposals for a Regional Job Order Contract (JOC) for General Construction, with an estimated total contract value not to exceed $99 million. This procurement aims to provide all necessary labor, materials, and supervision for minor construction, repairs, and alterations at various naval installations within the NAVFAC Northwest Area of Responsibility, primarily located in Washington State. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection process, emphasizing corporate experience, safety, past performance, and technical solutions. Interested 8(a) firms must submit proposals by late April 2025, with the contract award anticipated by late June 2025. For further inquiries, contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil.
    Epoxy Floors Building 1048
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of epoxy floors in Building 1048 at the Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. The project requires a firm fixed-price contract, with the selected contractor expected to complete the work within 120 calendar days after receiving the notice to proceed, following a pre-bid conference scheduled for February 25, 2025. This procurement is crucial for maintaining operational readiness and safety standards, as the epoxy flooring must withstand significant wear from heavy vehicles and chemicals, adhering to specific quality and safety regulations. Interested small businesses must submit their bids by March 18, 2025, and can direct inquiries to SMSgt Kyle Thomas at kyle.thomas.24@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Repair Infiltration Problem In Lift Station, B3862
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the repair of an infiltration problem at Lift Station B3862 located at Marine Corps Air Station Cherry Point, North Carolina. The project aims to address a specific leak using hydrophobic polyurethane grout to seal a concrete joint, with an estimated cost range of $25,000 to $100,000 and a completion deadline of 90 days post-award. This initiative is crucial for maintaining the operational integrity of military infrastructure and ensuring compliance with federal wage determinations and safety regulations. Interested contractors must submit their proposals by March 5, 2025, and can contact Joanna Miller at joanna.d.miller2.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Naval Undersea Warfare Center (NUWC) Division Keyport, under the Department of Defense, is issuing a special notice regarding its SeaPort/Service Contract Forecast, focusing on various engineering and support services. The procurement encompasses a range of requirements primarily categorized under NAICS Code 541330, including acoustic trial sustainment, business support, engineering services, information technology support, and property accountability services, with operations spanning locations such as Florida, Hawaii, Guam, and Japan. These services are crucial for supporting naval operations and logistics, with many contracts nearing expiration and anticipated follow-on RFPs indicating forthcoming opportunities for bidders, particularly those from small disadvantaged and veteran-owned businesses. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    Z2AA--Epoxy Floor Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for epoxy floor repairs at the Central Arkansas VA healthcare facility, with a total budget of $19 million. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 30 days following contract award, emphasizing the importance of timely and quality service delivery. Interested bidders must attend mandatory site visits scheduled for February 18 and February 24, 2025, to familiarize themselves with project requirements, and inquiries must be submitted by February 25, 2025. For further details, potential contractors can contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, requiring completion within 730 days post-award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and the Davis-Bacon Act, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    N44255-25-R-1502, Pre-Solicitation Notice; NAVFAC NW – GRANDE MULTIPLE AWARD CONSTRUCTION CONTRACT (GRANDE MACC)
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Northwest, is preparing to issue a presolicitation notice for the Grande Multiple Award Construction Contract (Grande MACC) under solicitation number N44255-25-R-1502. This opportunity is set aside for small businesses and focuses on commercial and institutional building construction, specifically involving the construction of miscellaneous buildings in Silverdale, Washington. The contract is significant for supporting various construction projects within the Navy's infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Shelby Flowers at shelby.l.flowers4.civ@us.navy.mil or by phone at 360-396-0084, or contact Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or 360-396-0262 for further information.