Pier 11 Partial Demolition
ID: N4008525R2520Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Pier 11 Partial Demolition project at Naval Station Norfolk, Virginia. This project involves the partial demolition and reconstruction of structures at Pier 11, with a budget estimated between $1,000,000 and $5,000,000, and is restricted to contractors holding Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contracts (MACC) for Design-Build and Design-Bid-Build waterfront construction projects. Proposals are due by November 20, 2024, with a mandatory site visit scheduled for October 28, 2024. Interested contractors should direct inquiries to Natalya Kuti at natalya.kuti.civ@us.navy.mil or Kathryn Arnold at kathryn.arnold.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document outlines the specifications and administrative requirements for the Pier 11 Partial Demolition project at Naval Station Norfolk, under NAVFAC’s directive. It details the project's scope, which involves demolishing and replacing structures at the pier, while maintaining operational continuity at the facility. Key aspects include demolition procedures, safety protocols, scheduling restrictions due to active operations, and coordination with Port Operations for access related to security barriers. Submittal processes and requirements are outlined, emphasizing the use of the Electronic Construction and Facility Support Contract Management System (eCMS) for all documentation, communications, and approvals. The document lays out specifics regarding contractor responsibilities—including reporting, submitting progress photographs, and maintaining project timelines. Compliance with various regulations surrounding safety, quality control, and environmental protection is mandated throughout the project lifecycle. The necessity for preconstruction meetings and ongoing oversight measures reflects the project's intricate nature and the government’s commitment to safety and efficiency. In summary, the project aims to modernize facilities while ensuring adherence to operational standards and regulatory compliance.
    The file outlines the planning and design specifications for the partial demolition of Pier 11 at Norfolk Naval Station. It is produced by the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic and includes critical engineering and architectural details to guide contractors. Key documents consist of a series of drawings detailing the demolition plan, existing conditions, soil boring logs, and turbidity curtain plans focused on environmental protection during construction. The primary purpose of this file is to provide comprehensive guidelines for safely removing specified structures while ensuring structural integrity and compliance with Navy standards. The project involves various aspects, including demolition sequences, detailed rebar connections, and handling of existing precast slabs and piles. Supporting details include technical specifications for demolition, mitigation measures, and construction protocols. The project is designed to address safety and environmental concerns while updating and optimizing the operational capabilities of the naval infrastructure. This documentation serves as an essential reference for contractors submitting proposals in response to the federal RFP process, highlighting the intricate planning required for government-funded construction initiatives.
    The document, General Decision Number VA20240160, outlines wage determinations and conditions related to building construction projects in Norfolk County, Virginia, under the Davis-Bacon Act. It specifies minimum wage rates that contractors must pay covered workers, linking these rates to Executive Orders 14026 and 13658, which set wage thresholds based on contract dates. For contracts initiated or extended post-January 30, 2022, the minimum hourly wage is $17.20, while contracts from January 1, 2015, to January 29, 2022, require a minimum of $12.90. The document lists various job classifications and their corresponding wage rates with detailed fringe benefits, including paid holidays and vacation provisions. The classifications range from skilled trades (e.g., electricians, pipefitters) to laborers and operators. Additionally, it provides an appeals process for wage determination disputes and emphasizes that contractors must comply with worker protection stipulations as outlined in the relevant executive orders. This summary is significant as it informs governmental contractors of their obligations regarding labor compensation, reflecting the federal government’s commitment to ensuring fair wages and labor standards in community projects.
    Due to a technical issue, the document could not be retrieved for analysis. Therefore, a summary cannot be constructed from its content. Typically, government files on Requests for Proposals (RFPs) and grants detail funding opportunities, eligibility criteria, application processes, and project scopes. These documents are crucial for organizations seeking federal or state support for various initiatives. They serve to inform potential applicants of requirements, deadlines, and the evaluation process for funding applications. Further insights can be drawn if the specific content of the government file becomes available for review.
    The document contains personal and contact information for an individual named Samantha Lawler, likely in relation to a federal government project under the NAVFAC (Naval Facilities Engineering Command). It includes specific details such as her Social Security Number (SSN), date of birth, installation, company affiliation, sponsor information, and various contact details including a phone number and email address. Additionally, there are sections for results and operational requirements, indicating a background check or clearance process related to her role. The structure of the document suggests it is geared towards compliance and administrative processing necessary for navigating government contracts or grants, possibly as part of a Request for Proposal (RFP). The document serves to establish identity verification and security clearance within a government context, underscoring procedural necessities for personnel involved in federal projects.
    The document pertains to a pre-proposal inquiry submission related to the solicitation numbered N4008525R2520 for the project titled "NSN, Pier 11 Partial Demolition." It does not contain any completed responses or specific inquiries but serves as a formal submission form for potential bidders or interested parties. The inclusion of fields such as the PPI number, reference, and date submitted indicates that parties interested in the project are expected to detail their inquiries or proposals pertaining to the specified demolition project. The structure emphasizes organization and clarity, ensuring that submissions are methodically recorded for review. The overarching purpose is to facilitate communication between the federal agency and contractors or vendors, aiding in the procurement process for this demolition initiative at Pier 11. This document reflects standard procedures in government RFPs to maintain transparency and effective engagement with stakeholders involved in federal projects.
    The Procurement Integrated Enterprise Environment (PIEE) vendor registration guide outlines the process for vendors to register and participate in solicitations for the Department of Defense (DoD). It introduces a vendor portal designed to automate and secure the submission of offers and responses. The guide specifies two roles: Proposal Manager, which allows for the submission of offers, and Proposal View Only, which permits viewing offers. To register, new users must follow a step-by-step process on the PIEE platform, starting from account creation to role selection, including uploading necessary documentation and justifications. Existing users can add roles by logging in and following specific instructions for updating their information. The guide emphasizes technical and account support options for users encountering issues and includes a matrix detailing the actions and menu items available to each vendor role. This document serves as a crucial resource for vendors seeking to engage with DoD solicitations, facilitating their understanding of necessary steps and available resources, thus enhancing participation in federal procurement processes.
    The document outlines the price proposal for a partial demolition project at Pier 11, designated as CLIN 0001. It specifies two key Contract Line Item Numbers (CLINs): 0001AA, which covers the total price for the main demolition work in compliance with provided drawings and specifications, and 0001AB, which accounts for potential additional charges due to contractor downtime requested by the Government, charged on a per-hour basis. The proposal emphasizes that bids must detail unit prices and total costs accurately, as discrepancies could lead to rejection. Additionally, potential bidders are warned about the risk of submitting unbalanced bids, which may skew prices significantly. The quantities listed are estimated, indicating room for adjustment based on actual needs during project execution. This document serves as a formal bid schedule for contractors responding to the RFP regarding the specified demolition work at the federal level, underlining the importance of clear pricing structure and contractual compliance in public procurement processes.
    The document pertains to the acknowledgment of amendments related to federal, state, and local Requests for Proposals (RFPs) and grants. It includes designated spaces for offerors to confirm the receipt of amendments by providing essential information such as the offeror's name, the authorized signatory's details, their signature, and the date of acknowledgment. This outline indicates the procedural requirements for participating in government contracts or grants, ensuring that prospective bidders formally recognize any changes made to the original RFP. The structure suggests a focus on accountability and transparency in the procurement process, requiring bidders to stay updated and compliant with any amendments issued during the proposal phase. Overall, the document highlights the importance of following protocol in federal and state contract opportunities, emphasizing the necessity for clear communication and documentation between government entities and potential contractors.
    The provision 52.204-24 pertains to the representation regarding the use of certain telecommunications and video surveillance services or equipment by government contractors. It specifies that an Offeror must indicate if they provide or use "covered telecommunications equipment or services" in their contractual obligations to the government. The document outlines prohibitions established by Section 889(a) of the John S. McCain National Defense Authorization Act, which restrict funding and procurement by executive agencies for systems that utilize covered telecommunications. Definitions, such as backhaul and critical technology, are provided to clarify terms. Offerors are required to review excluded parties from the System for Award Management (SAM) and must disclose information if they affirm having covered telecommunications equipment or services. The provision emphasizes transparency and compliance in federal contracting, ensuring that the government minimizes risks from potentially harmful telecommunications equipment.
    The document establishes a prohibition regarding the use of the social media application TikTok, along with any future applications from ByteDance Limited, on government devices and information technology. According to the No TikTok on Government Devices Act, executive agencies and their contractors are barred from utilizing such applications unless a written exception is granted by the Contracting Officer. The document outlines the definition of "covered applications" and provides a detailed definition of information technology, emphasizing the concern over data security and risks associated with foreign ownership. Furthermore, the clause mandates that all contractors incorporate this prohibition into subcontracts to ensure compliance across all levels of operation. This directive illustrates the federal government's commitment to safeguarding sensitive information by restricting access to potentially insecure platforms on public and contractor-operated devices.
    The document outlines the prohibition of procuring products associated with forced labor from the Xinjiang Uyghur Autonomous Region (XUAR) by the Department of Defense (DoD). It defines "forced labor" and reiterates that any items mined, produced, or manufactured with such labor from XUAR or related entities cannot be sourced for contracts. Offerors must represent that they have made a good faith effort to ensure that forced labor will not be utilized in the execution of contracts resulting from this solicitation. This provision reflects the government's ongoing commitment to ethical sourcing and human rights, specifically targeting labor violations prevalent in the XUAR. The focus is on accountability in government procurement processes to avoid complicity in human rights abuses.
    This document outlines the prohibition regarding business operations related to Russian fossil fuels as per the National Defense Authorization Act for Fiscal Year 2024. It defines "business operations" and outlines the exceptions, including shipments compliant with G7 price caps and actions benefitting Ukraine. Additionally, it specifies that contractors are prohibited from engaging in contracts with entities known to be linked to fossil fuel operations in Russia, particularly those controlled by the Russian government. The clause emphasizes that this prohibition extends to all subcontracts and requires contractors to ensure compliance among their suppliers. This regulation aims to mitigate the financial and operational support to Russia's fossil fuel sector, reinforcing the United States’ stance on international sanctions and efforts to contain Russia's geopolitical influence. The document is a critical addition to federal contract stipulations, highlighting the U.S. government's commitment to supporting Ukraine while ensuring that federal resources are not diverted to aid fossil fuel operations in Russia.
    The document outlines the Request for Proposal (RFP) for the Pier 11 Partial Demolition project at Naval Station Norfolk, Virginia, under Solicitation No. N40085-25-R-2520. The project entails partial demolition and reconstruction of various elements of Pier 11, with an estimated budget ranging from $1,000,000 to $5,000,000. Eligible contractors must be current MACC holders, including Marine Contracting Corporation, Doyon Management Services, LLC, and others. Proposals are due by November 20, 2024, with a site visit scheduled for October 28, 2024. Proposals will be assessed based on price, with a low-price bid basis for award. Important provisions include the requirement for bid guarantees, liquidated damages for delays, and compliance with wage determinations. Offerors must ensure submission through the PIEE Solicitation Module, adhering to specified guidelines. This solicitation emphasizes the government’s commitment to maintaining infrastructure while managing the contractual and procedural requirements typical of federal construction projects. The information ensures that competitors are aware of essential timelines, proposal formats, and related obligations necessary for successful bidding.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--Market Research is being conducted for the Dry Dock 4 Renovation at Norfolk Naval Shipyard, Portsmouth, Virginia
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking industry feedback for the Dry Dock 4 Renovation project at Norfolk Naval Shipyard in Portsmouth, Virginia. The project includes various construction activities such as the installation of a temporary cofferdam, repair of caisson seat, structural repairs to dry dock floors and walls, repair of dry dock utility systems, and renovation of pump well mechanical and electrical systems. The estimated construction cost for this project is $100-$250 million. Interested contractors with NAICS code 237990 and similar construction experience are invited to attend an Industry Day event on October 16, 2019, at the Renaissance Hotel in Portsmouth, VA. Feedback on phasing, scheduling, task challenges, and acquisition strategy will be requested. Seating is limited, and interested firms must RSVP by October 10th. This event is open to all contractors, regardless of current contracts with NAVFAC. Contact Mr. Philip Cole, the Contracting Officer, for more information.
    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.
    Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project entails the design and construction of a two-story, 60,000 square foot facility, which includes the demolition of two existing buildings and the planning of utilities and landscaping to meet Navy secure space requirements. The facility is crucial for enhancing operational capabilities for special operations forces, with an estimated project cost ranging from $25 million to $100 million and a completion timeline of 1,048 calendar days from the award date. Interested contractors must submit their proposals by November 15, 2024, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.
    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.
    Chambers Field Install Runway 28 ILS Infrastructure
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Chambers Field Install Runway 28 Instrument Landing System (ILS) Infrastructure project at Naval Station Norfolk, Virginia. This project entails the construction of essential infrastructure, including access roads, concrete foundations, electrical ducts, and drainage systems, with an estimated budget ranging from $1,000,000 to $5,000,000 and a completion timeframe of 400 days. The procurement is critical for enhancing aviation safety and operational efficiency at the naval station. Proposals are due by November 1, 2024, and interested contractors should contact Jacob Busila at jacob.a.busila.civ@us.navy.mil or 757-341-0558 for further details.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy's Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, designated N6247023R9002, involves providing engineering services, including operational support, logistics management, facility condition assessments, and energy efficiency surveys, under a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) framework with a total value of up to $60 million over five years. This procurement is crucial for enhancing the efficiency and effectiveness of NAVFAC's public works services, ensuring compliance with regulations and operational needs. Interested contractors must submit their proposals by 2:00 PM on November 6, 2024, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or call 757-322-4749.
    Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC office, for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC). The contract is primarily for construction projects in support of Air Station Oceana, Joint Expeditionary Base Little Creek-Ft. Story, and Naval Air Station Yorktown in the Hampton Roads area, Virginia. The projects will include general building type projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000. The NAICS Code is 236220. The Request for Proposal (RFP) will be issued in November 2017.
    Craney Island Earthwork IDIQ FY24
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Craney Island Earthwork IDIQ project in Portsmouth, VA. The project involves site maintenance and improvements at CIDMMA, a confined upland dredge material placement site. The work includes excavation, reclamation, transport of materials, and construction of site improvement infrastructure projects. The contract will be a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with multiple task orders expected. The estimated value of the contract is $75,000,000. The procurement is set aside for small businesses. The solicitation is anticipated to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in February 2024 for a 30-day period. Interested firms should monitor the website for updates.
    Construction - NUWCDIVNPT Facilities Stairwell Renovation Project
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the Facilities Stairwell Renovation Project, which involves upgrading multiple stairwells across various buildings in Newport, Rhode Island. This project aims to enhance facility safety and compliance, ensuring that the renovated areas meet strict safety and performance standards while facilitating frequent inspections by the Government. The contract is set aside exclusively for small businesses, with a cost estimate between $100,000 and $250,000, and proposals are due by November 25, 2024. Interested contractors must register in SAM.gov, acknowledge receipt of the solicitation amendment, and comply with the Davis-Bacon wage determinations, with a site visit scheduled for November 6, 2024. For further inquiries, contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil or Alexander Olarte at alexander.olarte.civ@us.navy.mil.