DBB B300 WATERFRONT MACHINE SHOP ROOF & HVAC REPAIR, PORTSMOUTH NAVY SHIPYARD KITTERY, MAINE
ID: N4008525R2596Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses for construction services related to the repair of the B300 Waterfront Machine Shop Roof and HVAC systems at the Portsmouth Naval Shipyard in Kittery, Maine. The project entails the removal of the deteriorated roof and outdated HVAC units, which contain lead dust, and the installation of new roofing and HVAC components, including unit heaters and outdoor air systems. This opportunity is crucial for maintaining operational integrity and safety at the facility, with an estimated project magnitude between $25 million and $100 million. Interested parties, particularly those certified as SDVOSB, VOSB, HUBZone, 8(a), and WOSB, must submit their qualifications by March 25, 2025, and can contact Sarah Olson at sarah.a.olson19.civ@us.navy.mil or Madison Tatem at madison.e.tatem.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command, Mid-Atlantic is issuing a Sources Sought Notice to identify eligible small businesses for construction services related to the repair of the B300 Waterfront Machine Shop Roof and HVAC systems at the Portsmouth Naval Shipyard in Kittery, Maine. The current roof has deteriorated significantly, causing leaks and water infiltration, while the HVAC system contains lead dust due to its age (originally installed between 1979 and 1984) and lacks significant updates. The project involves removing the old roof and HVAC units, containing lead dust, and installing new roofing and HVAC components, including unit heaters and outdoor air systems. Small businesses, especially those certified as SDVOSB, VOSB, HUBZone, 8(a), and WOSB, are encouraged to respond, with submissions demonstrating experience in similar substantial renovations. Relevant projects must have a final construction cost of at least $15 million, involving rehabilitation of industrial facilities. The estimated project magnitude is between $25 million and $100 million, and responses are due by March 25, 2025. This notice serves as a market research tool and does not constitute a request for proposals; feedback and potential set-aside determinations will follow based on industry responses.
    The document is a Contractor Information Form designed for federal government use in the procurement process, specifically within Requests for Proposals (RFPs) and grants. It seeks essential details from contractors regarding their business qualifications and bonding capabilities. Key sections include the contractor's general information, such as DUNS number, CAGE Code, firm name, and contact details for a point of contact (POC). Additionally, the form requires the contractor to indicate their business type, including classifications like SBA certified 8(a) firms, HUBZone small businesses, Service-Disabled Veteran-Owned, and others. Furthermore, it requests information on the contractor's bonding capacity, specifying the name of the surety and maximum bonding limits per project and in total. The bottom section allows for clarification of the provided information but instructs not to alter the form's content. Overall, this form is a critical tool for obtaining necessary contractor information to facilitate government contracting and compliance with various requirements.
    The document is a "Sources Sought – Project Information Form," intended for contractors to supply credible project experience relevant to federal requests for proposals (RFPs) or grants. Contractors are instructed to submit up to five projects, detailing specifics across multiple sections. Each submission requires the contractor's name, project details (number, title, location), financial information (award date, contract price), the completion status, the type of work performed (new construction, renovation, etc.), and contact information for project representatives. Additionally, the form queries the contractor's role in the project (prime or subcontractor), contract type, and the extent of self-performed work, demanding a detailed project description. This structured approach ensures that the federal agencies receive comprehensive data about a contractor's capabilities for evaluating their qualifications in a competitive bid process. Overall, the form aids in identifying skilled entities for executing government projects while emphasizing thorough documentation and accountability in contracting practices.
    Similar Opportunities
    56--Heater Replacement, Building 80
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVFACSYSCOM MID-ATLANTIC is seeking a total small business set-aside for the replacement of the heating system in Building 80. The project involves replacing outdated piping and unit heaters, as well as providing new or replacing existing fin tube radiation in various office spaces. The work will also include wiring and circuit breaker installation. The project is listed as a design build and the solicitation will include drawings, bid break down form, and Div 1 specifications. The place of performance is at Portsmouth Naval Shipyard in Kittery, ME.
    NH-16 Replace Air Cooled Chiller at Naval Support Activity (NSA), Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the replacement of an air-cooled chiller at the Naval Support Activity in Norfolk, Virginia. This project falls under an indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract focused on HVAC and mechanical projects, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 180 days from the award date. The procurement emphasizes compliance with federal regulations, including wage determinations under the Davis-Bacon Act, and requires contractors to adhere to specific security and ethical guidelines, such as those prohibiting the use of certain telecommunications equipment and ensuring no involvement with forced labor. Interested contractors must submit their proposals electronically via the PIEE system by March 20, 2025, and can direct inquiries to Shelby Howard at shelby.howard@navy.mil or Nathan Whybrew at nathan.b.whybrew@navy.mil.
    MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing fire protection measures, all while ensuring compliance with safety and environmental regulations. The modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, with a minimum requirement for small business participation set at 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
    Construction - B113 R124 Heat Pump Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting bids for the B113 R124 Heat Pump Project, a construction contract set aside exclusively for small businesses. The project entails the installation of heat pumps, requiring contractors to provide both labor and materials while adhering to various technical and safety regulations. This initiative underscores the government's commitment to supporting small business participation in federal contracting, with an estimated project cost ranging from $100,000 to $250,000. Interested bidders must submit their proposals by April 10, 2025, following a mandatory site visit on March 24, 2025, and are encouraged to contact Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil or 401-832-5568 for further details.
    Touch Labor Shipfitter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for touch labor shipfitting services at the Portsmouth Naval Shipyard. This procurement is set aside for small businesses and aims to secure skilled labor for shipbuilding and repair, which is critical for maintaining naval capabilities. The contract includes specific requirements for labor hours and rates, with a focus on the qualifications and experience of personnel, particularly for tradespersons and on-site supervisors. Proposals must be submitted through the PIEE Solicitation Module by March 20, 2025, at 5:00 AM EST, and interested parties can contact Gary Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-438-3091 for further information.
    Removal, Install, and Test #1 and #2 HPACs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals for the removal, installation, and testing of two Ship's Service High Pressure Air Compressors (HPACs) on a Virginia Class Submarine. The project involves the contractor removing and reassembling existing HPACs, installing new units provided as Government Furnished Property, and performing all necessary mechanical and electrical services in accordance with OEM specifications. This work is critical for maintaining the operational integrity of naval assets and ensuring compliance with safety and regulatory standards. Interested vendors must submit their proposals, including detailed pricing and capabilities, via email by March 12, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    N39040-PSE-2939- SSTG #1 and #2 Maintenance and Repair- Portsmouth Naval Shipyard
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking sources for the maintenance and repair of SSTG 1 and 2 located in Kittery, Maine. This procurement falls under the NAICS code 336611, which pertains to Ship Building and Repairing, and involves the repair of water turbines and components as classified under PSC code 2830. The successful contractor will play a critical role in ensuring the operational readiness and efficiency of naval assets. Interested parties should reach out to Gordon Roberts III at gordon.j.roberts14.civ@us.navy.mil or call 207-451-7119 for further details regarding this sources sought notice.
    SXHT 23-1030 Repair HVAC B535
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the repair of HVAC systems at Patrick Air Force Base in Florida under the project FA2521-25-B-0003. This project entails comprehensive work including the replacement of air handlers, installation of return ducts, evaluation of existing ductwork, and improvements to humidity control, all in compliance with Florida Building Codes and Wing Facility Excellence guidelines. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a projected duration of 274 calendar days, with an estimated construction magnitude between $1 million and $5 million. Interested bidders should note that the Invitation for Bid (IFB) is anticipated to be released around March 18, 2025, but funding is currently unavailable, and no contracts will be awarded until funds are secured. For inquiries, potential bidders can contact Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
    Z2NZ--Project 512A5-21-304 Upgrade Steam System Phase V - Patient Areas (Construction)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to undertake the "Upgrade Steam System Phase V - Patient Areas" construction project at the Perry Point VA Medical Center in Maryland. This project aims to repair and upgrade the failing steam and condensate distribution systems, requiring a comprehensive range of construction services, including mechanical, plumbing, and electrical work. The estimated cost for this construction project is between $10 million and $20 million, with a projected duration of 540 days. Interested contractors must be registered and certified, with proposals due by March 28, 2025, at 10:00 AM EDT. A site visit is scheduled for February 20, 2025, and all inquiries should be directed to Contracting Officer Liana J. Holland at Liana.Holland@va.gov.