N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
ID: PNSY400T4241Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (J054)

Set Aside

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

    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines preventative maintenance and repair expectations for relocatable structures at Portsmouth Naval Shipyard over a one-year contract. It emphasizes the need for recurring services involving emergency lighting and HVAC systems, including material and labor for repairs to both exterior and interior components. Key services include annual testing of emergency lights, quarterly HVAC maintenance, emergency service responses within specified timeframes, and various repair tasks related to structures, plumbing, and electrical systems. The contractor must adhere to established codes and guidelines, providing timely reports and ensuring safe operational conditions. The document specifies limits for emergency and routine service costs and mandates regular progress meetings to discuss ongoing work. This comprehensive scope reflects the government’s commitment to maintaining the integrity and functionality of its facilities, ensuring compliance with safety and operational standards.
    This government document outlines a request for proposal (RFP) for various facility maintenance and repair services. It specifies the contractor's responsibilities regarding emergency and routine service calls, detailing response times, labor limits, and reporting requirements. Emergency service calls require a response within one hour during regular hours and cover up to $600 in materials and 6 hours of labor. Routine calls must be addressed within 24 hours and completed within 9 working days, similarly capped for costs. The document also lists multiple repair and replacement services for various facility components, including door hardware, windows, plumbing, and electrical fixtures. Each service item specifies the nature of the work, quality expectations, and required compliance with safety and operational standards. The primary purpose of this document is to establish clear guidelines for contractors to follow, ensuring government facilities remain safe, reliable, and compliant with relevant standards through timely and effective maintenance services. The structured format of the RFP helps facilitate accurate bids and efficient service delivery.
    The provided document outlines a request for proposals (RFP) related to various maintenance and inspection tasks, specifically focusing on emergency lighting, heating, ventilation, air conditioning (HVAC), and water systems within government facilities. The RFP details specific tasks to be performed by contractors, including annual testing of emergency lights according to NFPA 101 standards, quarterly HVAC preventative maintenance, bi-annual inspections of heating systems in specific modular structures, and annual maintenance of exhaust fans. Each task includes the estimated quantities and units, highlighting the contractors' obligations to ensure compliance and operational safety of these systems. The document emphasizes routine inspections and adherence to prescribed standards, facilitating proper building operations. The overall aim of this RFP is to secure qualified contractors to maintain public safety and system reliability in government-built infrastructures.
    The Portsmouth Naval Shipyard outlines requirements for Operations Security (OPSEC) in their contract documentation. OPSEC is critical in safeguarding sensitive information against adversaries, encompassing both classified and unclassified data. An OPSEC plan must be established, detailing the identification and monitoring of OPSEC activities, with submission protocols outlined for contractors. All contractors are responsible for preventing disclosure of Critical Information and Indicators (CII), and any such compromises could lead to severe penalties or contract termination. Moreover, there are strict rules on the handling of Controlled Unclassified Information (CUI) and use of portable electronic devices (PEDs). This includes prohibitive measures against sharing sensitive information in any public or unauthorized context, including social media. Specific examples of CII are provided, such as Personally Identifiable Information (PII), operational schedules, and details regarding equipment capabilities. The document underscores the importance of countermeasures against potential risks and delineates the contractor's obligations to maintain information integrity throughout contract execution.
    The document outlines a solicitation for commercial products and services from Women-Owned Small Businesses (WOSB) for preventative and remedial maintenance at Portsmouth Naval Shipyard. It specifies delivery timelines from March 1, 2025, to February 28, 2026, and highlights a total contract amount of USD 12,500,000. Key services include maintenance of emergency lighting and HVAC systems in relocatable structures. The file details essential administrative codes, payment methods, and the submission process for invoicing, emphasizing compliance with federal acquisition regulation (FAR) clauses. It incorporates safety regulations, including on-site safety training, reporting of workplace injuries, and the management of hazardous materials. Moreover, specific requirements regarding the contractor's obligations to disclose conflicts of interest and adhere to environmental standards are addressed. The document reinforces the importance of adhering to set definitions and guidelines relevant to federal procurement processes, aiming to enhance operational efficiency and ensure safety and sustainability at the shipyard. Overall, it serves as a framework for contractors to understand the requirements and responsibilities for obtaining a government contract.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.
    Maintenance for (5) Dust and Fume Collectors Annually and Quarterly
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a contractor to provide maintenance services for five Dust and Fume Collectors at the Norfolk Naval Shipyard in Portsmouth, Virginia. The procurement involves quarterly and annual maintenance tasks, including inspections, cleaning, filter replacements, and certification of fire suppression systems, with a contract period spanning from 2025 to 2026, consisting of one base year and an option for an additional year. This maintenance is crucial for ensuring operational efficiency and safety standards within military facilities, adhering to federal and state OSHA requirements. Interested vendors must submit their quotes by March 11, 2025, at 12:00 PM EST, and can direct inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil or (757) 797-4351.
    Facility Investment and Management Services for the Regional Maintenance of Emergency Generators and HVAC Equipment
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for facility investment and management services focused on the regional maintenance of emergency generators and HVAC equipment. The procurement aims to ensure the reliable operation and upkeep of critical systems that support military readiness and operational efficiency. These services are vital for maintaining essential infrastructure, particularly in emergency situations where HVAC and generator functionality is crucial. Interested small businesses are encouraged to reach out to Christine Briggs at christine.t.briggs2.civ@us.navy.mil or call 757-341-0090 for further details, while Asia Bracey is available at asia.c.bracey.civ@us.navy.mil or 757-341-1226. This opportunity is set aside for total small business participation under FAR 19.5, with the relevant NAICS code being 811310.
    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.
    Preventive Maintenance - Steelco medium sized steam sterilizer autoclave and Sussman SSB-72 72kW electric Instruments
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for preventive maintenance services for a Steelco medium-sized steam sterilizer autoclave and a Sussman SSB-72 72kW electric instrument. The contractor will be responsible for providing qualified labor, materials, and equipment for regular maintenance, repairs, and emergency services over a potential five-year period, ensuring compliance with safety standards and operational readiness in a critical medical research environment. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and has a maximum award amount of $12.5 million, with proposals due by the specified deadline. Interested parties can contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah M. Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS Robert E. Peary FY25 Maintenance and Repair Contract. This opportunity is set aside for small businesses and focuses on shipbuilding and repairing services, particularly in non-nuclear ship repair. The successful contractor will play a crucial role in maintaining the operational readiness of naval vessels, which is vital for national defense. Interested parties should reach out to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.
    Small Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide maintenance services for small equipment at DLA Distribution in Bremerton, Washington. The procurement encompasses both scheduled Annual Preventive Maintenance (PM) and unscheduled Remedial Maintenance (RM) for various wood and metalworking machinery, ensuring compliance with manufacturer specifications and operational efficiency. This contract is critical for maintaining the reliability of essential equipment used in logistical functions, with a performance period of three years starting from March 2025, and a total budget of $15,000 allocated over the contract duration. Interested contractors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Tom Semones at thomas.semones@dla.mil or by phone at 717-770-6482.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking a qualified contractor for the maintenance, repair, and preservation of the Harbor Tug, Manhattan (YT-800). The contract will involve comprehensive services including hull maintenance, inspections, and various system repairs, with the work to be conducted at the contractor's facility located within the defined Puget Sound region. This opportunity is critical for ensuring the operational readiness of the vessel, which is 60 years old and requires significant upkeep. Interested small businesses must be registered with the System for Award Management (SAM) and are encouraged to contact Alice Robertson or Christopher Davidson for further details, with the vessel availability scheduled from June 2, 2025, to September 26, 2025.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.