BLDG. 729 BACKUP GENERATOR AND FPS, INDIAN HEAD, MARYLAND
ID: N4008024R4409Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The U.S. Navy seeks an 8(a) Set-Aside contractor to undertake critical enhancements at Building 729, Indian Head Naval Support Facility in Maryland. The primary goal is to install backup utilities, ensuring compliance with NFPA and UFC standards. This project, valued at $21,540, involves meticulous planning and execution to introduce new fire suppression, electrical, and water systems while maintaining access and adhering to strict environmental guidelines. Licensed contractors are invited to submit proposals, with evaluation based on their expertise and ability to meet stringent deadlines. Key dates include a pre-construction meeting and a 15-day window for utility interruption notices.

    Point(s) of Contact
    Files
    Title
    Posted
    The primary objective of this procurement is to install backup utilities at Building 729 within the Indian Head Naval Support Facility. The focus is on enhancing the building's infrastructure by introducing new utility systems while ensuring compliance with stringent standards, including NFPA and UFC requirements for fire suppression and fire alarm systems. Multiple drawings and plans detail the work, emphasizing the precise locations and dimensions of the proposed utility lines, including fire lines, electrical ducts, and water systems. The drawings also indicate the existing conditions, demolition requirements, and the integration of lead-based paint and asbestos containment measures. Contractors will need to coordinate carefully with relevant utilities and base personnel, adhering to strict guidelines for traffic management and maintaining access to buildings and loading docks. Moreover, stringent sediment control and erosion prevention measures are outlined to manage environmental impacts during construction. This project carries an estimated value of $21,540 and requires licensing and certification from relevant engineering boards. Key dates include the submission deadline, indicated as 15 calendar days prior notice for any utility interruptions, and the targeted completion date. Evaluation criteria were not explicitly mentioned.
    The government seeks a contractor to install backup utilities at Building 729 within the NSA South Potomac in Indian Head, Maryland. The procurement primarily involves demolition and the installation of various systems. This includes fire suppression, electronic fire alarm systems, water services, standby power generation, switchboards, and electrical distribution. Additionally, the project requires modifications to industrial control systems and integration of electric duct heating coils. Contractors must submit detailed plans, including a salvage plan and a baseline construction schedule, for government approval. The work is to be performed with minimal disruption to the occupied buildings nearby, adhering to strict security and access protocols. The contract is expected to be firm-fixed-price. Critical dates include a pre-construction meeting and a required baseline schedule submission within 15 days of contract award. The government will evaluate proposals based on factors like the contractor's experience, qualifications, and ability to meet schedules, with particular emphasis on the quality of the proposed work and compliance with requirements.
    Lifecycle
    Title
    Type
    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.
    Bldg 514 Re-insulate process water piping
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the re-insulation of process water piping in Building 514 located in Keyport, Washington. The project entails the removal of existing pipe insulation and heating cables, replacement of heating cables, re-insulation of chiller lines, and installation of pressure reducing valves with freeze protection, all while adhering to strict safety and environmental regulations. This contract is a total small business set-aside with an estimated value of less than $25,000, and the anticipated award date is October 31, 2024. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by October 12, 2024, with inquiries directed to Michelle Farrales at michelle.a.farrales.civ@us.navy.mil.
    Bldg 514 Temporary Heat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the installation of temporary heating in Building 514. The project requires the contractor to install a two-stage portable heater, ductwork, and a natural gas line, with a firm fixed-price contract anticipated to fall within a budget of $100,000 to $150,000. This procurement is critical for ensuring a safe and operational environment within the facility, emphasizing compliance with safety and environmental regulations throughout the project. Interested small businesses must submit their proposals by the deadline, with a target award date set for October 31, 2024. For inquiries, potential bidders can contact James Wasson at james.k.wasson.civ@us.navy.mil.
    102 Operations Support
    Active
    Dept Of Defense
    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.
    BPA - Fire fighting Equipment PSC 4210
    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 Fire Fighting Equipment. 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 in the field of fire fighting equipment. Interested companies must provide documentation addressing their capabilities and expertise, as well as a complete and return a price list if applicable. BPA's will be awarded based on positive Past Performance, with a minimum of three Past Performance References required. 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). This is a small business set-aside and vendors with technical and past performance merit will be issued a Master BPA for future requirements. Price lists and catalog prices can be provided to facilitate direct awards under the $10k threshold. 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 by the specified deadlines. The government reserves the right to consider past performance information from other sources. The primary and secondary points of contact for this procurement are Barbara Grinder and Brandi Sorzano respectively.
    Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. The project aims to enhance the electrical infrastructure and ensure the reliability of power supply at the naval station, which is critical for operational readiness. Interested contractors should note that the procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and the PSC code Z2NZ, which pertains to the repair or alteration of utilities. For further inquiries, potential bidders can contact Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    B6 Replace Furnaces, NSA Mechanicsburg, PA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the replacement of furnaces at the NSA Mechanicsburg facility in Pennsylvania. This project falls under the 8(a) set-aside program and is categorized under the NAICS code 236220, which pertains to commercial and institutional building construction. The successful contractor will be responsible for the repair or alteration of miscellaneous buildings, emphasizing the importance of maintaining operational efficiency and safety within the facility. Interested contractors can find more details by logging into the PIEE system and searching for solicitation number N4008524R2839. For inquiries, contact Maurice Muse at maurice.muse@navy.mil or 757-887-4705, or Mim Kesler at Mim.c.kesler.civ@us.navy.mil or 757-847-7949.
    Z--Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast. This contract is for fire protection construction projects at Department of Defense activities within the NAVFAC SE Area of Responsibility. The contract will include fire suppression systems, water supplies, foam systems, gaseous agents, special hazards protection, fire alarm systems, and life safety system renovations. The contract will be awarded to approximately 5 contractors with a total aggregate value of $99,000,000 over a five-year ordering period. The work will primarily be performed in South Carolina, Georgia, Florida, Alabama, Arkansas, Mississippi, Kansas, Louisiana, Texas, Tennessee, Missouri, Oklahoma, Guantanamo Bay Cuba, and the Bahamas. The source selection method will be a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Offerors must be registered with the System for Award Management (SAM) to be considered.
    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.