Demolition and Renovation of Lab
ID: N6893625Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Industrial Building Construction (236210)

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, specifically the Naval Air Warfare Center, is seeking qualified contractors for the demolition and renovation of Lab Building 343 at Point Mugu, California. This project involves comprehensive upgrades, including the removal and replacement of ceiling tiles, lighting fixtures, and HVAC components, with a focus on adhering to safety and environmental regulations. The contract is set aside for small businesses, with a total estimated value between $100,000 and $250,000, and interested parties must submit their quotes by October 31, 2024. For further inquiries, contractors can contact Donell Sims at donell.e.duenassims.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil.

    Files
    Title
    Posted
    This document is an amendment to a federal solicitation (Contract ID code N6893625Q0004) that updates terms and conditions for an upcoming project. The amendment specifically introduces a site visit requirement, stating that requests for this visit must be made by October 16, 2024, with the visit scheduled for October 23, 2024. The closing date for the Request for Quotes (RFQ) has been extended to October 31, 2024, and emphasizes that this is not a sealed bid process. Significantly, the document also modifies the performance guarantee stipulation, changing it from not required to required, indicating that depending on the winning quote’s cost, a Performance and/or Payment Bond may need to be provided. The amendment retains the small business set-aside designation for this solicitation. Overall, this amendment serves to clarify and update submission requirements and deadlines while ensuring compliance for potential bidders, reflecting standard procedures for federal RFPs and contracts.
    The document outlines the renovation plan for Room 343 at Building PM-3015, Naval Base Ventura County (NBVC), in preparation for Gray Flag '24 activities. The renovations include upgrades to flooring, ceiling tiles, lighting, and electrical systems. The Environmental Office approved the project under Categorical Exclusion (CATEX), indicating it poses no significant environmental impact. Key requirements include obtaining permits for any ground disturbance, adhering to safety and fire regulations, ensuring hazardous materials are managed according to EPA guidelines, and conducting environmental assessments for potential asbestos and lead contamination. Monthly reporting of recycled materials and construction debris is mandated, alongside compliance with air quality standards regarding the use of volatile organic compounds (VOCs). The document emphasizes the importance of risk assessments, proper disposal procedures for hazardous waste, and environmental protections, such as maintaining stormwater management during the construction. Coordination with various specialists within NBVC is necessary to ensure all regulations are followed, and all project activities must uphold environmental and safety standards. Overall, this plan showcases the structured approach to managing renovations in a federal context while aligning with environmental protocols and safety regulations.
    The document outlines wage determinations related to construction contracts in California under the Davis-Bacon Act for various projects in Inyo, Kern, and Mono counties. It establishes minimum wage rates for specific construction types, including building, heavy construction, and highway projects. The document introduces Executive Order 14026, mandating a minimum wage of $17.20 per hour for new contracts after January 30, 2022, with previous contracts requiring at least $12.90 per hour unless otherwise specified. Detailed wage rates and fringe benefits for various labor classifications are provided, including electricians, carpenters, laborers, and specialized roles. Additional payments are specified for work performed on military bases and under hazardous conditions. This framework is designed to protect labor rights and ensure compliance with federal wage regulations, emphasizing the government’s commitment to fair compensation in federally-funded construction projects.
    The provided document outlines the fire safety provisions for the third floor of a building, detailing the locations of fire pull stations and extinguishers. The layout features designated areas including various conference rooms, a break room, storage, an auditorium, restrooms, and electrical rooms, all indicated by specific room numbers. In a federal context, such documents are critical for ensuring compliance with safety regulations in government facilities, demonstrating a commitment to the protection of personnel and property. The strategic placement of fire safety equipment contributes to an organized emergency response plan and is vital for maintaining operational continuity in public sector environments. This layout not only ensures readiness in the event of a fire emergency but also aligns with the broader objectives of safety and risk management in government projects and premises.
    The Point Mugu General Requirements document outlines the foundational obligations and protocols for contractors engaged in government projects. Key elements include definitions of roles such as the Contracting Officer and Quality Control personnel. A hierarchy of document precedence is established, emphasizing the importance of compliance with project-specific requirements. Contractors are mandated to implement robust Quality Control (QC) and Quality Assurance (QA) programs, ensuring all construction adheres to established safety and technical standards. Fire safety and life assurance measures must be certified, and comprehensive submittal processes are laid out to ensure government approval prior to major work phases. Contractors are also responsible for budget management, scheduling, and obtaining required permits, while ensuring accessibility and environmental protection. The document details safety and health requirements, including provisions for accidents, hazardous materials, and worker safety training. Additionally, it underlines the necessity of thorough communication and documentation throughout the project lifecycle. The rigorous standards aim to enhance transparency, safety, and compliance, reflecting government commitment to quality in federal construction projects.
    The document outlines the specific requirements and procedures for the Gray Flag Renovation project under EC500214_PM3015. It emphasizes that construction can only commence after the Government reviews critical submittals, including Activity Hazard Analysis and Project Schedule, with certain components requiring NAVFACSW approval. A Fire Protection Engineer is not mandated for this project, and the Superintendent may serve multiple roles, including Quality Control Manager and Site Safety and Health Officer. The document specifies that best management practices for stormwater runoff must be observed, as well as outlining safety training and permit requirements for operations producing sparks. Several sections refer back to Part 2 for additional details, such as invoicing procedures and existing utilities, indicating a reliance on overarching guidelines established in the prior documents. Overall, the document serves as a detailed guide for compliance to ensure safety, quality, and adherence to regulations throughout the renovation process.
    The Naval Base Ventura County in Point Mugu, California, is initiating a comprehensive renovation project of laboratory 343 to meet Gray Flag requirements. The project encompasses the removal and replacement of ceiling tiles, raised floor tiles, lighting fixtures, emergency lighting systems, and soundproofing materials, along with the installation of additional electrical circuits and HVAC components. All work must adhere to Unified Facilities Criteria and life-safety regulations, with a specific focus on eliminating fall hazards and following mitigation measures outlined in a Record of Categorical Exclusions. Key specific details include refurbishing or replacing raised floor tiles, upgrading to dimmable LED lighting, installing new soundproofing panels, and ensuring compliance with fire safety regulations. No exclusionary period is mentioned, and the contractor must maintain site cleanliness without requiring temporary sanitation facilities or fencing. This project illustrates the government's commitment to maintaining modern and functional laboratory environments while adhering to safety and regulatory requirements.
    The document pertains to a renovation project at a federal facility, specifically located on 13th Street, referenced as EC500214 PM3015, Room 343 Gray Flag. The renovation is identified by the project code PM3015, indicating a specific focus on updating and improving the infrastructure of the designated area. While the file contains limited information, it outlines a need for refurbishment in a known government building, suggesting compliance with federal standards for maintenance and upgrades. Further details on the scope of work, funding, and specific objectives were not provided in this excerpt. The document primarily serves as a reference point for contractors and stakeholders interested in participating in this renovation through potential RFP opportunities or funding considerations.
    The document is the "Register of Wage Determinations under the Service Contract Act" issued by the U.S. Department of Labor, detailing wage and benefit requirements for contractors in California, specifically Kern County. It identifies minimum wage standards under Executive Orders 14026 and 13658, mandating $17.20 per hour for contracts commencing or renewed after January 30, 2022, or $12.90 for those awarded between January 1, 2015, and January 29, 2022. The document lists various job classifications with corresponding wage rates, fringe benefits, and outlines provisions for paid sick leave, vacation, and holiday entitlements under applicable executive orders. Additionally, it details the conformance process for unlisted job classifications, emphasizing compliance with wage determinations and employee rights related to wages and benefits. This register serves as a vital tool for contractors to ensure adherence to labor standards, and it plays a key role in government contracts, contributing to fair compensation practices in federally funded projects. Ultimately, it aligns with broader initiatives to uphold worker rights and establish transparency in compensation across various occupations, impacting federal grants and RFPs at multiple levels.
    The document is a Request for Quote (RFQ) issued by the Naval Air Warfare Center Weapons Division (NAWCWD) for the demolition and renovation of laboratory facilities. The RFQ is a small business set-aside, escalating procurement opportunities for small businesses. The submission deadline is August 15, 2024, with a performance period starting within 14 calendar days post-award and completion mandated within 120 calendar days. Contractors must provide performance and payment bonds if necessitated by the final awarded price. The solicitation requires sealed bids, with a detailed process outlined for submission, evaluation, and awards. Evaluation factors include price, capacity, past performance, and specific qualifications pertinent to the work. It emphasizes the need for comprehensive technical information to assess the contractor's understanding of the project. This RFQ highlights the government's commitment to engaging small businesses in federal contracts, ensuring compliance with various regulations, including shipping and invoicing via the Wide Area Workflow (WAWF) system. The document contains clauses that reaffirm requirements related to telecommunications and federal compliance standards, ensuring the project's integrity and operational security.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Building 33 Facility Renovation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the renovation of Building 33, which includes interior demolition, asbestos removal, flooring repairs, and painting. This project is a total small business set-aside, emphasizing the importance of small business participation in federal contracting, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. The estimated contract value ranges from $100,000 to $250,000, with a target award date of November 4, 2024. Interested contractors must ensure they are registered in the System for Award Management (SAM) and are encouraged to contact Michelle Farrales or Kimberly Hammit for further inquiries regarding the solicitation.
    Chamber Ceiling Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the repair of a chamber ceiling as part of a combined synopsis/solicitation (N0017825Q6609). The procurement involves the supply and installation of materials for a retrofitted three-cell environmental chamber, which must meet specific technical and safety standards, including waterproof sealing and compliance with OSHA and CDC guidelines. This project is critical for maintaining operational integrity in a regulated environment, emphasizing the importance of precision and adherence to manufacturing standards. Proposals are due by October 21, 2024, at 12:00 a.m. EST, with an anticipated award date in October 2024; interested parties should contact Lamar Anderson at lamar.b.anderson@navy.mil or call 540-742-4132 for further inquiries.
    Repair/Renovate Building 2245 on March Air Reserve Base, CA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking small business contractors for a project to repair and renovate Building 2245 at March Air Reserve Base in California. The project involves a comprehensive renovation of approximately 19,000 square feet, including upgrades to lighting, HVAC systems, restrooms, and fire suppression systems, as well as the creation of flexible workspaces by removing hard-walled offices. This initiative is crucial for enhancing administrative areas to better accommodate personnel needs and ensure compliance with life safety codes. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their qualifications and relevant project experience by October 22, 2024, at 12:00 PM Eastern Time, with an estimated contract value between $1 million and $5 million and a duration of approximately 730 calendar days. For inquiries, contact Kyle Tate at kyle.g.tate@usace.army.mil or MeRanda Renee Booth at meranda.r.booth@usace.army.mil.
    Building Supply
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
    Repair Building 23 Cyber Operations
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to undertake the repair of Building 23 Cyber Operations at the Sepulveda Air National Guard Station in California. The project, identified as VHRJ192233, involves comprehensive renovations, including interior demolition, reconfiguration of partition walls, and upgrades to mechanical, electrical, and life safety systems, with an estimated construction budget between $5 million and $10 million. This initiative is crucial for enhancing the secure operational capabilities of the facility, reflecting the government's commitment to engaging diverse contractors while adhering to Federal Acquisition Regulations. Interested parties, particularly small businesses, must submit a written notice of intent to propose, along with relevant project experience and socioeconomic status, by the specified deadline to the designated email address, as feedback on submissions will not be provided.
    Demolish existing Preservation Oil system and canopy at building 175 Jet engine Test Cell
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, is seeking contractors to demolish the existing Preservation Oil system and canopy at Building 175 of the Jet Engine Test Cell. This procurement aims to remove outdated infrastructure to facilitate future operations and ensure safety standards are met. The work falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is categorized under the PSC code 5430 for Storage Tanks. Interested parties can find more details by logging into https://piee.eb.mil and searching for solicitation number N6247324RJ511. For inquiries, contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or Antonio Harley at antonio.b.harley2.civ@us.navy.mil.
    P-1073 FORD CLASS CVN INFRASTRUCTURE UPGRADES, PIER LIMA NAVAL BASE CORONADO, CA
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is seeking qualified small businesses to participate in a Sources Sought announcement for the design-build construction project of Ford Class Nuclear Carrier (CVN) Infrastructure Upgrades at Pier Lima, Naval Base Coronado, California. The project involves the construction of a new 69KV substation and upgrades to existing facilities to enhance electrical capacity, including new electrical distribution systems and telecommunications infrastructure. This initiative is critical for supporting naval operations and ensuring the reliability of power supply at the base. Interested contractors must submit their qualifications, including bonding capacity and relevant project experience, by 2:00 PM local time on October 31, 2024, to Ana Guzman at ana.m.guzman.civ@us.navy.mil. The estimated contract value ranges from $25 million to $100 million.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    Modify DOAS to Provide Dehumidification B4311 & B4313
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the modification of the Dedicated Outside Air System (DOAS) to enhance dehumidification capabilities at Marine Corps Air Station Cherry Point, North Carolina. This project specifically targets Buildings 4311 and 4313, aiming to improve HVAC performance and humidity control while minimizing disruption to ongoing operations. The estimated cost for this procurement ranges from $500,000 to $1,000,000, with a completion timeline of 210 calendar days post-award. Proposals must be submitted electronically by November 7, 2024, and interested contractors should direct inquiries to Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR DEMOLITION PROJECTS AT HUNTERS POINT NAVAL SHIPYARD, SAN FRANCISCO, CALIFORNIA
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) multiple award construction contract focused on demolition projects at Hunters Point Naval Shipyard in San Francisco, California. This procurement aims to award approximately three or more contracts for demolition services, which may include site preparation, excavation, grading, and the demolition of buildings and structures, with a total maximum value of $999 million over a potential five-year period. The contract will operate on a firm fixed price basis for task orders ranging from $10 million to $150 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or call 619-705-4631 for further details, and are advised to monitor the solicitation website for updates and amendments.