Keflavik Fleet Operations Support #1, Keflavik, Iceland
ID: N3319125RF011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM EUROPE AFRICA CENTRALFPO, AE, 09622-0051, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

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

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Europe Africa Central, is soliciting proposals for a firm-fixed price construction contract to renovate the P-8A Operations Center at Keflavik Air Station in Iceland. The project aims to upgrade three existing buildings to enhance U.S. naval operations in reconnaissance and anti-submarine warfare within the EUCOM Area of Responsibility. This opportunity is open to both U.S. and Icelandic contractors, with a strong emphasis on demonstrating relevant construction experience, particularly through complex renovations exceeding $10 million completed within the last 15 years. Proposals are due by March 17, 2025, and interested parties should direct inquiries to Sunshine Hernandez or My-Angela H. Buescher via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an Attachment A form designed to collect project data for construction and design experience, as part of federal Request for Proposals (RFPs) or grants. It requires firms to provide detailed information about past projects they have completed, specifying whether they acted as a prime contractor, subcontractor, or in a joint venture. Essential sections include the firm's name, contact details, the nature of the work performed, award and completion dates, type of work (new construction, renovation, etc.), and specific contract types. Further, it asks for a description of the project’s relevance to current RFP requirements, any unique features or sustainable practices used, and details on self-performed work. The form assesses qualifications for bidders to ensure compliance with federal regulations and standards in construction and design projects. This structured approach aims to gather comprehensive experience data from prospective contractors to evaluate their suitability for future federal, state, and local projects.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) serves to evaluate contractor performance on federal projects. It is structured into two primary sections: Contractor Information and Client Assessment. Contractors must provide details such as firm name, contract number, type, and project specifics, including pricing and completion dates. The client, completing the second section, rates the contractor’s performance through a series of adjective ratings (Exceptional to Unsatisfactory) across various criteria such as quality, timeliness, cost management, safety, and overall customer satisfaction. The document emphasizes the importance of direct client feedback, which is integral to the evaluation process, ensuring contractors uphold contractual commitments and addressing any performance issues. Overall, the form aims to enhance transparency and quality assurance within government contracting, allowing for a thorough assessment of contractor capabilities and adherence to project requirements.
    This document is a solicitation for proposals concerning a government contract, detailing the procedures for submitting inquiries before the proposal deadline. Contractors are instructed to direct all pre-proposal inquiries (PPIs) via email, with the necessary contact information and a PPI tracker included. The first page clarifies that responses to these inquiries will be issued through amendments to the original solicitation. The following pages contain a structured tracker for PPIs, which requires inclusion of specific details such as the relevant section, page numbers, and amendments. The streamlined format ensures effective communication between contractors and the government, promoting transparency and clarity in the proposal process. Overall, the document emphasizes the organized handling of inquiries and the importance of compliance with submission procedures in the context of government RFPs.
    The document is an access request form, specifically designated for personnel visiting Iceland. It includes a list of individuals, detailing their names, ranks, organizations, identification numbers, passport information, and the purpose of their visit, which is primarily a site survey for the ICEAF (Iceland Air Force). Additionally, it outlines logistical details such as arrival and departure dates, security clearances, nationalities, roles, accommodation, as well as contact information including email and phone numbers. The document is intended for official use only and is part of a larger request for federal access, marking it relevant in the context of government RFPs and grants. By compiling this personnel information, the document emphasizes the need for proper authorization, security protocols, and clarity in communication for official military operations abroad, ensuring compliance and safety during the mission.
    The document is a Request for Proposals (RFP) for a firm-fixed price construction contract to renovate the P-8A Operations Center at Keflavik Air Station, Iceland. The project includes upgrades to three existing buildings to support U.S. naval operations in reconnaissance and anti-submarine warfare within the EUCOM Area of Responsibility. This procurement is open to both U.S. and Icelandic contractors, with proposals due by March 17, 2025. Offerors must provide detailed documentation to demonstrate their construction experience, technical solutions, and safety plans, focusing on relevant past performance. The RFP emphasizes the importance of showcasing three relevant projects completed within the last 15 years, especially those involving complex renovations exceeding $10 million. The evaluation will consider various factors, including experience, technical approach, safety measures, and price, with a trade-off process allowing for awards based on best value rather than lowest cost. The document outlines submission instructions and indicates that inquiries can be directed to designated contract specialists. A pre-proposal site visit is encouraged but not mandatory, and contractors are advised that all costs associated with proposal preparation are borne solely by them.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NCTAMS LANT GRINDAVIK
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking qualified contractors to provide technical support for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) at Detachment Grindavik, Iceland. The procurement involves operating and maintaining the Low Frequency Fixed Submarine Broadcast System (FSBS), requiring 24/7 availability and comprehensive management of equipment and facilities over a contract period that includes a twelve-month base and four option years. This contract is critical for ensuring effective military communication systems in strategic areas, supporting national defense operations. Interested parties must submit a capabilities statement by February 13, 2025, and can direct inquiries to Nadia Misa at nadia.misa.civ@us.navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    P1360 JOINT MARITIME FACILITY, NEWFOUNDLAND, CANADA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is seeking information from potential contractors for the construction of a Joint Maritime Facility in Argentia, Newfoundland, Canada. This Request for Information (RFI) aims to identify industry sources capable of addressing various construction challenges, including base access, local healthcare availability, supply chain logistics, and harsh weather conditions, with an anticipated construction cost estimated between $25 million and $100 million. The insights gathered will inform future contracting opportunities, as the government emphasizes that this RFI is for market research purposes only and does not constitute a commitment to award a contract. Interested parties must submit their responses, not exceeding five pages, by February 18, 2025, to the designated contacts, Elizabeth Roberts and Kathleen Delashmitt, whose emails are provided in the opportunity overview.
    Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This procurement aims to enhance the electrical infrastructure and storage facilities critical for naval operations, ensuring reliability and safety in utility services. The project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, and is classified under the PSC code Z2NZ for repair or alteration of other utilities. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or call 904-542-6665, or contact Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Arctic Foundation Building 4002 at the Pituffik Space Base in Greenland. The project involves plumbing, heating, and air-conditioning services, which are critical for maintaining operational capabilities in the harsh Arctic environment. This procurement is essential for ensuring the functionality and safety of the facility, which supports various military operations. Interested contractors can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely responses.
    Job Order Contract for NAVFAC - Bahrain and United Arab Emirates
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Europe, Africa, Central (NAVFAC EURAFCENT), is seeking qualified firms for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) to perform renovations, repairs, maintenance, replacements, alterations, and demolition within the NAVFAC Public Works Department (PWD) Bahrain Area of Responsibility, which includes Bahrain and the United Arab Emirates. The contract will encompass a variety of construction and repair tasks, including general contractor services, structural system services, electrical and plumbing services, and HVAC services, with the capability to manage multiple simultaneous projects. This opportunity is crucial for maintaining and improving military facilities in the region, with an anticipated contract ceiling of $49.9 million over five years, including one base year and four option years. Interested firms must submit a brief capabilities statement to Marc Zurasky at marc.r.zurasky.civ@us.navy.mil, with a courtesy copy to Alex Wingert at alex.h.wingert.civ@us.navy.mil, as part of the market research process, with responses due shortly before the acquisition strategy decision.
    P103 NOTU Engineering Test Facility at Cape Canaveral, FL
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast office, is soliciting proposals for the construction of the P103 NOTU Engineering Test Facility at Cape Canaveral, Florida. This project involves the construction of a facility dedicated to testing and measurement, which is crucial for supporting various defense operations and technological advancements. The selected contractor will be responsible for delivering a facility that meets specific construction standards outlined in the solicitation. Interested parties can reach out to Sheila Borges at sheila.i.borges.civ@us.navy.mil or 904-542-6606, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the procurement process.
    Construction of P992 Fleet Maintenance Facility (FMF) & Tactical Operations Center (TOC), Isa Air Base, Bahrain
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors for the construction of the Fleet Maintenance Facility (FMF) and Tactical Operations Center (TOC) at Shaikh Isa Air Base in Bahrain. This project involves the construction of a two-story steel-frame FMF and a single-story TOC, which will support the maintenance and operational needs of P-8A aircraft, including various infrastructure and security enhancements. The estimated construction cost ranges from $10 million to $25 million, with a projected period of performance of 599 calendar days from the Notice to Proceed. Interested firms must possess a Facility Clearance Level (FCL) of SECRET or higher and submit their qualifications, including a signed Non-Disclosure Agreement, to the designated contacts by May 13, 2022.
    BEQ Improvements York 2075 and 1807
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for improvements to Bachelor Enlisted Quarters (BEQ) at locations 2075 and 1807. The project aims to enhance the facilities through commercial and institutional building construction, which is critical for maintaining quality living conditions for enlisted personnel. This opportunity is set aside for 8(a) certified businesses, and interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N4008525R2564. For inquiries, potential bidders may contact Mim Kesler at 757-847-7949 or via email at mim.c.kesler.civ@us.navy.mil, or Maurice Muse at 757-887-4705 or maurice.muse@navy.mil.
    DESIGN-BUILD - EARECKSON ROOFS REPLACEMENT, EARECKSON AIR STATION, ALASKA (EAR081)
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the design-build project focused on the replacement of roofs at Eareckson Air Station in Alaska. This procurement aims to address the structural integrity and functionality of the roofs, ensuring they meet current standards and requirements for commercial and institutional building construction. The successful contractor will play a crucial role in enhancing the operational capabilities of the air station, which is vital for defense operations in the region. Interested parties can reach out to Katherine Green at katherine.green@usace.army.mil or call 907-753-5724 for further details regarding this sources sought notice.