102 Operations Support
ID: N0017424SN0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is soliciting proposals for Operations Support Services under the contract titled "102 Operations Support." The contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to perform both recurring and non-recurring work at various mission-related locations in and around Naval Support Facility Indian Head, Maryland. This procurement is a total small business set-aside, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested offerors must submit their proposals via email to Jeremy Taylor by the specified deadline, with the total estimated contract value exceeding $1.8 million and a performance period anticipated to begin in December 2024. For further inquiries, offerors can reach out to Jeremy Taylor at jeremy.g.taylor2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive Request for Proposals (RFP) for Operations Support Services at the Naval Surface Warfare Center in Indian Head (NSWC IHD). It details various rigging and material handling support requirements involving cranes for loads ranging from 0 to 120 tons, specifying operational hours for normal and after-hours service, and compliance with OSHA and Navy safety standards. Contractors are expected to provide qualified personnel, required equipment inspections, and timely services with established response times. Additionally, the RFP includes provisions for material moves across different weight categories (ranging from 0 to 30,000 lbs) at both normal and after-hours, ensuring that all operations are conducted safely and efficiently. The document emphasizes the need for coordination with the Performance Accountable Representative (PAR) for service verification and completion reporting, aiming to optimize logistics and operational support within NSWC IHD. Overall, the RFP aims to solicit bids for logistical support services in alignment with federal government contracting practices, focusing on safety, responsiveness, and operational excellence.
    The document outlines a Request for Proposal (RFP) for Base Operations Support Services at the Naval Surface Warfare Center (NSWC) Indian Head, covering various service requirements under a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The project involves recurring and non-recurring work, structured into a base year and four option years, with a total estimated value exceeding $1.8 million. Key components include the project locations, performance work statement, and the contractor's responsibilities, including management, labor provisions, and safety protocols. The RFP addresses procurement as a total small business set-aside under NAICS Code 561210, reflecting the government's goal to foster small business participation. Contractor requirements include submitting a comprehensive Quality Management Plan and adherence to federal wage determination regulations. The anticipated performance period begins in December 2024 and extends through 2025, with an evaluation process driven by price proposals and the proposed inflation rates. Overall, this RFP captures the Navy's commitment to partner with contractors, aiming for effective service delivery, adherence to industry best practices, and compliance with safety, environmental, and labor standards throughout the contract’s execution.
    The document outlines a Past Performance Matrix required for bids in federal and state/local government RFPs. Offerors must provide a maximum of seven relevant contracts demonstrating their past performance. Each contract entry should include details such as contract number, performance period, value, work description, and relevance to the current requirement. Additionally, the completion status must be specified along with explanations for any negative responses regarding timeliness or cost overruns. Only contracts from the last five years are considered valid for evaluation, adhering to the guidelines provided by FAR 2.101 and 3.104. The matrix aims to assess both the prime contractor's and subcontractors' qualifications and experience, ensuring that they meet the necessary standards before being awarded government contracts.
    The document is a Pre-Proposal Inquiry Form related to the federal government solicitation titled "102 Operations Support," identified by Contract Number N00174-24-R-0031. It serves as a communication tool for offerors to pose questions or inquiries regarding the RFP. Key components of the form include spaces for the offeror's details, the inquiry itself (with reference to specific sections of the RFP), and space for a government responder to provide answers. The form underscores the protocol for submitting inquiries via email to a designated government contact. An important feature is a section that seeks to determine if an amendment is required based on the inquiries submitted. This structured approach ensures clarity and proper record-keeping for queries related to federal proposals, demonstrating the government's commitment to transparency and dialogue in the procurement process.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act (SCA), detailing wage rates and fringe benefits for various occupations in New Jersey's Essex, Morris, Sussex, and Union counties. It specifies minimum wage requirements based on Executive Orders 14026 and 13658, with rates increasing to at least $17.20 per hour for contracts started or renewed after January 30, 2022, while contracts awarded from January 1, 2015, to January 29, 2022, require at least $12.90 per hour. The document lists detailed occupational wage rates for numerous job classifications, such as administrative support and healthcare, also stipulating benefits like health and welfare funds, vacation, and holidays. Contractors are reminded of the compliance requirements, including providing paid sick leave and adhering to fringe benefit standards. Notably, the document outlines the process for requesting wage classifications for occupations not explicitly listed. This comprehensive wage determination serves to ensure fair compensation and compliance in government contracting, reflecting the federal commitment to workers' rights within service contracts. The information is crucial for contractors operating under federal grants and RFPs, facilitating adherence to labor standards.
    The document outlines the wage determination under the Service Contract Act, highlighted by wage rates for various occupations in the District of Columbia and subset Maryland and Virginia counties. It specifies minimum hourly wage requirements based on Executive Orders 14026 and 13658, applicable to contracts awarded or renewed after January 30, 2022, or before that date, stipulating rates of at least $17.20 and $12.90, respectively. The document also details various occupational categories and associated wage rates, fringe benefits, and compliance requirements, including paid sick leave under EO 13706. Key components include health and welfare benefits, vacation allowances, and holiday provisions as part of employment terms for covered workers. Contractors must follow specific processes for classifying additional occupations not listed and submitting requests for wage rate adjustability via the Standard Form 1444. The document serves as a guide for federal contractors in terms of wage compliance and employee benefits, essential for maintaining adherence to labor standards in government contracts and grants.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage rates for various occupations within federal contracts effective 2024. It indicates compliance with Executive Orders 14026 and 13658, mandating that contractors pay covered workers a minimum of $17.20 or $12.90 per hour, depending on contract conditions. The wage rates vary across multiple job classifications, including administrative, automotive, food service, health occupations, and technical roles, with specific salary details provided for each position. Moreover, it emphasizes benefits such as health and welfare provisions, paid vacation, and mandated sick leave under Executive Order 13706. The document details a conformance process for unlisted job classifications requiring approval from the Department of Labor. State coverage is specified for Maryland, Virginia, and the District of Columbia, with additional notes on enforcement limitations for certain contracts. This wage determination is critical for ensuring fair compensation and benefits for workers on federally funded projects, emphasizing the government's commitment to labor standards and worker rights.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act (SCA). It outlines the minimum wage rates and fringe benefits applicable to federal contracts in Virginia, specifically detailing rates for various occupations, including administrative, automotive, health, food service, and technical jobs. The wage determination includes guidance on compliance with Executive Orders 14026 and 13658, which mandate higher hourly rates depending on the contract dates and conditions. Effective from 2024, new minimum wage rates specify at least $17.20 per hour for contracts initiated after January 30, 2022, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour if not renewed after January 30, 2022. It also mandates fringe benefits, including health and welfare payments, vacation, and holiday entitlements. Additionally, the document details specific provisions for contract workers, such as sick leave requirements under Executive Order 13706, and outlines processes for classifying unlisted job positions. Overall, the document serves as an essential guideline for contractors to ensure fair compensation and compliance with federal labor laws in government contracting contexts.
    The document is the Wage Determination No. 2015-4329 from the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefit requirements for contractors in Virginia, specifically King George County. It highlights that contracts entered into or extended after January 30, 2022, must pay a minimum of $17.20 per hour or the applicable determined wage for various occupations, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90. Occupational wage rates are provided for various roles, including administrative, automotive, health care, and IT positions, each with distinct hourly rates. Additional requirements for fringe benefits, including health and welfare benefits, vacation, and holidays, are specified. The document emphasizes the importance of compliance with Executive Orders related to paid sick leave and defines the process for requesting additional classifications or wage rates for unlisted occupations. This document serves to ensure fair compensation and benefit standards for contracted service employees, supporting compliance with federal labor regulations.
    The document serves as a Wage Determination under the U.S. Department of Labor’s Service Contract Act, outlining the minimum wage and fringe benefit requirements for federal contractors in Indiana and Kentucky. It specifies applicable rates based on Executive Orders 14026 and 13658, emphasizing a minimum wage increase to at least $17.20 per hour for contracts initiated or renewed after January 30, 2022, and $12.90 for those awarded between January 1, 2015, and January 29, 2022. The document details wage rates for various occupations across different sectors, including administrative, automotive, health, and food service positions, and provides guidance on fringe benefits such as healthcare, vacation, and paid sick leave under Executive Order 13706. Additionally, it outlines procedures for contractors to report additional classifications and wage rates through form SF-1444. The intent is to ensure fair compensation and labor standards for workers engaged in federal service contracts, aligning with government RFPs and grants.
    The document outlines the Wage Determination No. 2015-4821, issued under the Service Contract Act (SCA) by the U.S. Department of Labor. It establishes minimum wage requirements for various occupations in Indiana, specifically for contracts affected by Executive Orders 14026 and 13658. The minimum wage for contracts effective after January 30, 2022, is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour unless a higher rate is specified. The document includes detailed wage rates and fringe benefits for a broad array of occupations, including administrative support, automotive services, health occupations, and technical roles. It emphasizes that covered workers are entitled to specified health and welfare benefits, vacation time, and holiday pay, while also providing guidance on the classification and compensation for unlisted job titles via the conformance process. This information directly affects contractors bidding on federal projects, ensuring they meet legal wage standards and employee benefits, thereby upholding worker rights and fair compensation in the execution of federal contracts. The document serves as an essential reference for those involved in government contracting and employment compliance.
    The document outlines Wage Determination No. 2015-5011 for contract workers under the Service Contract Act, specifying minimum wage rates and requirements effective from January 30, 2022. It discusses two executive orders: Executive Order 14026 mandates a minimum wage of $17.20 per hour for contracts awarded after this date, while Executive Order 13658 requires a minimum of $12.90 for contracts awarded before it, unless renewed or extended after the cut-off date. The document details wage rates for various occupations across Illinois and Iowa, including administrative, automotive, food service, and healthcare roles, highlighting the fringe benefits that contractors must provide. Furthermore, it emphasizes annual adjustments to the minimum wage rates and additional worker protections, including provisions for paid sick leave under Executive Order 13706. The document also outlines conformance procedures for unlisted occupations and detailed compensation parameters for employees handling hazardous materials or required to wear uniforms. This comprehensive wage determination serves as a guideline for federal contractors, ensuring compliance with labor standards in government contracts, vital for maintaining fair labor practices and safeguarding worker rights.
    The document outlines Wage Determination No. 2015-5239 under the Service Contract Act, detailing the minimum wage requirements and fringe benefits for federal contractors in Webb County, Texas. Effective from January 30, 2022, contractors must pay covered employees at least $17.20 per hour or the applicable wage rate specified for various occupational categories. The determination includes wage rates for numerous occupations, emphasizing compliance with Executive Orders 14026 and 13658, alongside requirements for annual adjustments in wage rates. It also states the provision of paid sick leave per Executive Order 13706, mandating contractors to provide employees with paid leave. Moreover, the document delineates the fringe benefits including health and welfare rates, vacation, and holiday policies. Certain occupations may require conformance requests for unlisted job classes, ensuring equitable wage rates. This comprehensive guide serves to ensure fair labor practices and provide clarity to contractors and workers in federally funded projects, emphasizing adherence to wage laws and worker protections.
    The Register of Wage Determinations outlines wage rates and fringe benefits required for contracts subject to the Service Contract Act, specifically addressing various occupations in Oklahoma as of the last revision date, July 22, 2024. It establishes minimum wage rates under Executive Orders 14026 ($17.20) and 13658 ($12.90) applicable based on contract initiation and renewal dates. The document provides detailed occupation codes and corresponding wage rates, emphasizing that workers in certain classifications may qualify for higher minimum wages. It also outlines benefits including health and welfare compensation, paid sick leave under Executive Order 13706, paid vacation time, and provisions for holidays. Additionally, it details steps for contractors to request additional classifications and wage rates if unlisted job roles are needed. Critical provisions, such as uniform allowances and hazardous pay differentials, ensure employee protection and fair compensation during contracted services. The comprehensive format serves as a guideline for federal, state, and local RFPs, ensuring compliance with labor standards in government contracting.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifying minimum wage rates for federal contractors in Utah counties (Box Elder, Davis, Morgan, Weber). It details wage rates effective for 2024, differentiating between contracts awarded before and after January 30, 2022, and outlines the applicable Executive Orders requiring minimum wages of at least $17.20 or $12.90 per hour for covered workers. Each listed occupation includes corresponding hourly rates, focusing on administrative, automotive, food service, health, and maintenance positions, among others. Benefits like health and welfare, vacation time, and holiday pay are mandated for employees alongside guidelines for uniform allowances and conformance processes for unlisted job classifications. Additional stipulations regarding paid sick leave under Executive Order 13706 and potential pay differentials for hazardous work are also incorporated. This document plays a crucial role in ensuring compliance and fair compensation for workers involved in federal contracts, emphasizing the Department of Labor's enforcement of labor standards and worker protection policies.
    Lifecycle
    Title
    Type
    102 Operations Support
    Currently viewing
    Solicitation
    Similar Opportunities
    UEM B3163, CTG Solar Turbine (deleted HRSG Boiler, and Gas Booster) Reoccurring Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Washington, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for recurring maintenance of the UEM B3163 CTG Solar Turbine, including the deleted HRSG Boiler and Gas Booster, at the Naval Support Facility in Indian Head, Maryland. The contract requires the selected contractor to provide all necessary labor, materials, equipment, and supervision for maintenance services over a base period of one year, with four additional one-year option periods available. This procurement is critical for ensuring the operational readiness and compliance of essential energy infrastructure, emphasizing the importance of high-quality maintenance services. Proposals are due by 2:00 PM EST on September 23, 2024, and interested parties should direct inquiries to Cynthia Wright at cynthia.wright@navy.mil or Susan K. Swann at susan.swann@navy.mil.
    General Hardware (M Department) Master BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking a General Hardware service/item through a Combined Synopsis/Solicitation notice. This service/item falls under the category of Handtools, nonedged, nonpowered, with a PSC code of 5120. The place of performance for this procurement is Indian Head, Maryland, with a zip code of 20640 and the country being the USA. The primary contact for this procurement is Sarah Hayden, and the secondary contact is Dr. David Greaves. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. Interested companies must provide documentation addressing the performance work statement, complete and return the price list and fill in clauses in the RFQ, and have an active account in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). Additionally, ITAR Certification is required for receipt of the technical documents. Large businesses will also be considered for other opportunities. Vendors with technical merit will be issued a Master BPA to bid on future requirements. The Government reserves the right to consider past performance information from other sources. The points of contact for this procurement are Sarah Hayden, Dr. David Greaves, Marlene Ridgell, and Nicholas Zalewski.
    General Hardware (M Department) Master BPA
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE General Hardware (M Department) Master BPA: The Department of Defense, specifically the Department of the Navy's NSWC Indian Head Division, is seeking companies to establish Blanket Purchase Agreements (BPAs) for the procurement of general hardware supplies and services. This category falls under the Energetics Manufacturing Department (Code M) at NSWC IHD in Indian Head, Maryland. Interested companies must provide documentation addressing the performance work statement, complete and return the price list, and submit a capability statement/line card describing their company, capabilities, and expertise. Additionally, companies must have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). ITAR Certification is required for procurements under these BPA Masters. Small businesses are preferred, but large businesses will also be considered. The primary contact for this request is Sarah Hayden (sarah.n.hayden@navy.mil), and the secondary contact is Dr. David Greaves (david.greaves@navy.mil).
    Indian Head Master BPA
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking a Blanket Purchase Agreement (BPA) for standard commercial supplies and services in Indian Head, Maryland. The BPA categories include Hand Tools, HVAC, X-ray Film, Cylinder Gas, Safety Coveralls, Containers, Electrical/Electronic, Telecom, Court Reporter/Arbitrator, Patent Services, Education, Fire Protection, Chemicals, and Facilities Support Service. Interested companies must provide documentation of capabilities, complete a price list, and have active accounts in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). ITAR Certification is required for export controlled technical information. Large businesses and team arrangements are considered. Vendors with technical merit will be issued a Master BPA for future bidding. Past performance information will be considered. Contact Dr. David Greaves, Michelle Reeves, Marlene Ridgell, Sarah Hayden, Jodi Fields, or Angela Tejeda for more information.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Bldg. 135 Renovation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the renovation of Building 135 at the Naval Support Activity in Indian Head, Maryland. This project involves the complete demolition of the existing structure, management of hazardous materials such as asbestos and lead-based paint, and the construction of a new decontamination facility, all while adhering to strict safety and environmental regulations. The renovation is critical for enhancing infrastructure and ensuring compliance with safety standards, including those set by the Maryland Department of the Environment (MDE) and the Occupational Safety and Health Administration (OSHA). Interested contractors must be holders of the SB Blue Multiple Award Construction Contracts (MACC) and are encouraged to contact Young Yi at young.j.yi2.civ@us.navy.mil or call 540-850-6469 for further details, as additional responses outside the specified contractor holders will not be considered.
    Metal Parts (Multiple) & MK 14 Tanks
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division, is seeking proposals for the production of various metal parts, including Mk16 and Mk11 Pallet Adapters and Mk14 MOD 4 5” 54 Cartridge Tank Assembly, under a total Small Business Set-Aside initiative. This procurement aims to support the manufacture, assembly, packaging, and shipping of All Up Round 5” Projectiles and 5” Propelling Charges, highlighting the critical role these components play in defense operations. The government intends to award a single five-year, Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a ceiling value of $30 million, with evaluations based on technical factors, past performance, and price. Interested parties must ensure they are registered in the DOD’s System for Award Management (SAM) and can contact Thomas Howes at thomas.d.howes2.civ@us.navy.mil or 973-724-9277 for further information.
    BPA - IT and Telecom PSC 7E20
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside for the procurement of IT and Telecom supplies and services. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. The BPAs will be for IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (HW/Perp SW). Interested companies must submit a cover sheet with company information, documentation addressing capabilities and expertise, and a price list if applicable. BPA's will be awarded based on positive Past Performance. Interested vendors should provide a minimum of three Past Performance References. The government reserves the right to use additional references if available. Interested vendors should have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Laboratory Equipment and Supplies (PSC 6640) for Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland. The purpose is to establish Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. Interested vendors must provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil. The government reserves the right to consider past performance information from other sources.
    G1-0057 Tilt Fixture
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Tilt Fixture Test Fixture under solicitation number N0017424Q0104. This procurement is a total small business set-aside and aims to support the Standard Missile program, which is critical for the effective shipping, storage, and transportation of Standard Missiles. The selected contractor will be responsible for manufacturing the fixture, ensuring compliance with quality management standards, and delivering it to Picatinny Arsenal, New Jersey, within 12 weeks after award. Interested vendors must submit their quotes by September 12, 2024, and can request technical drawings by contacting Laura Adams at laura.a.adams41.civ@us.navy.mil before September 19, 2024.