Bldg 514 Re-insulate process water piping
ID: N0025324Q0079Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF PRODUCTION BUILDINGS (Z2EC)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The project titled "Bldg. 514 Re-insulate Process Water Pipes" involves a small construction contract to re-insulate process water pipes and replace related components at the Naval Undersea Warfare Center. The solicitation, managed under FAR Parts 13 and 36, is a 100% small business set-aside with a budget under $25,000. Contractors are expected to start within 10 days of award and finish within 90 days. A sealed bid is required by October 12, 2024. The project scope includes removing existing insulation, replacing heating cables, and insulating chiller lines, while adhering to strict safety and environmental regulations. Contractors must possess relevant certifications, provide a safety and health plan, and comply with local business licensing. A site visit is mandatory for proper access and security procedures. Contractors will also handle debris disposal and must maintain quality control throughout the project. Detailed guidelines cover safety measures, workforce qualifications, and submission for approvals and reports to ensure adherence to safety and performance standards. The importance of complying with environmental regulations and addressing potential hazards is emphasized, reinforcing that the contractor's performance will be evaluated based on quality and safety compliance throughout the project's duration.
    The document outlines wage determination for building construction projects in Kitsap County, Washington, under the Davis-Bacon Act. It specifies minimum wage rates mandated by Executive Orders 14026 and 13658 for contracts awarded after January 1, 2015. For contracts effective from January 30, 2022, wages must be at least $17.20 per hour, while contracts awarded between 2015 and 2022 have a minimum of $12.90 per hour. Wage rates for various labor classifications, such as electricians, carpenters, and laborers, are included, with additional details on benefits where applicable. Employers are reminded that if a worker classification necessary for the contract is not listed, they must submit a conformance request. Moreover, the document stresses that contractors must provide employees with paid sick leave under Executive Order 13706, showcasing a commitment to worker rights. Its primary purpose is to ensure compliance with federal labor standards in construction projects and to provide a framework for wage appeals. The document serves as an essential guide for contractors involved in federal construction contracts, ensuring they adhere to labor regulations and wage determinations for the state's building construction industry.
    The document outlines the requirements for an offeror to provide past performance references as part of a government Request for Proposal (RFP). Specifically, it guides the offeror to list major subcontractors along with detailed accounts of their previous contracts, including contract numbers, titles, agency names, and types. Each reference must include a description of the requirements, relevant work performed, and its significance, including financial details that demonstrate similarity to the proposed effort. Additionally, it requires contact information for program managers and contracting officers associated with the references. The document encourages offerors to selectively share issues encountered during contract execution and remedial actions taken, avoiding generic performance details as the government will seek additional performance information directly from the references. This structured approach aims to ensure that the offeror's capabilities align with the government's needs, facilitating assessments based on historical performance and relevance to the RFP criteria. The format emphasizes transparency and specificity, crucial for fostering trust and credibility in government contracting processes.
    The document outlines the specifications and requirements for two government contracts: the replacement of ladders at the KB Dock/Keyport Piers and the replacement of breathing air filters and carpet installation in a building. Each asset must be documented with separate line items, including details of the equipment installed and removed, along with their associated costs for labor and materials. Key elements include the installation dates, manufacturer details, warranty information, and contact details for suppliers. The focus is on ensuring thorough documentation for asset replacement and compliance with government standards related to public procurement processes. The successful completion of these projects is aimed at maintaining safety and efficiency within government facilities, emphasizing the importance of accurate record-keeping and proper installation practices.
    The "Safety Requirements for Contractors and Subcontractors" document issued by the Naval Undersea Warfare Center (NUWC) Division Keyport outlines essential safety protocols for contractors conducting work on government properties. Its purpose is to ensure a safe work environment by establishing comprehensive safety standards and responsibilities for contractors. Key topics include compliance with Occupational Safety and Health Administration (OSHA) regulations, contractor responsibilities for workplace safety, employee training requirements, and emergency procedures. Contractors must maintain a healthful work environment, train employees on safety protocols, assess workplace hazards, and comply with safety regulations related to specific programs, such as asbestos handling and explosive materials. Regular inspections and meetings, alongside the immediate reporting of incidents, are required to address workplace hazards effectively. Special provisions are included for operations involving confined spaces, explosive safety, and the use of hazardous materials, ensuring thorough oversight in high-risk areas. The document emphasizes the importance of the contractor's sole responsibility for the safety of their employees while performing work at NUWC, highlighting that adherence to these safety protocols is vital for the health and efficiency of the organization’s operations. Overall, the guidelines facilitate compliance with federal and state safety standards while supporting contractor and NUWC personnel safety.
    The "Guide to Environmental Compliance Requirements for Contractors and Subcontractors" outlines critical environmental regulations and procedures for contractors at Naval Base Kitsap (NBK) Keyport. Emphasizing compliance with federal, state, and local laws, the guide serves as a practical resource detailing the roles and responsibilities of contractors related to environmental protection while on base. Key sections address emergency response protocols, environmental training, hazardous materials management, waste management, spill prevention and response, and compliance with air and water regulations. Contractors are required to ensure all hazardous materials brought onsite are properly documented, trained personnel are utilized, and waste is correctly designated and managed in accordance with specified environmental guidelines. The document stresses the importance of contractors being aware of and adhering to environmental policies as part of their operational procedures, ensuring minimal environmental impact while fulfilling contract obligations. This guide is essential for safeguarding public health and maintaining environmental integrity at Keyport, supporting the Navy's commitment to sustainable practices.
    The Operations Security (OPSEC) Guide for Defense Contractors outlines essential security protocols for contractors working with the Naval Undersea Warfare Center Division (NUWCDIVKPT) to protect sensitive government information. The document defines OPSEC as a process that identifies critical information (CI) and potential risks posed by adversaries. It mandates compliance with OPSEC requirements, particularly for contractors with access to government facilities, systems, or sensitive materials. Key sections include general contractor OPSEC requirements, employee training obligations, and the development of contractor-specific OPSEC plans. Contractors must implement strict controls regarding the introduction of electronic devices to government spaces and adhere to confidentiality standards regarding government operations. Training on OPSEC practices is mandatory within 30 days of assignment, with annual refresher courses required thereafter. The guide emphasizes that breaches of OPSEC could endanger national security and outlines the importance of safeguarding government and proprietary information. It also stresses the need for contractors to integrate OPSEC assessments into their operations, ensuring they remain aware and proactive in defense against potential threats. This guidance ensures that sensitive information remains protected throughout the contract period, aligning with objectives for national security and operational integrity in government contracts.
    The document outlines the pricing schedule and contract performance statement for the KB Dock/Keyport Piers Ladder Replacement project managed by the Naval Undersea Warfare Center (NUWC) Keyport. It details the financial aspects related to labor, materials, equipment, bonding, and insurance with budgets outlined, but all values notably amount to $0.00 across various sections. The report also includes a structured breakdown of tasks, their descriptions, and their respective percent completions with no activity having commenced as indicated by the consistent $0.00 figures. This document serves as a preliminary framework for tracking performance and expenditures associated with the project. It primarily aims to provide a clear contract performance outline and ensure transparency in future financial activities connected to this government-sponsored project, highlighting its intent for compliance with federal guidelines for public sector contracting.
    The provided BID FORM serves as a template for contractors submitting proposals for a specific government project. It outlines essential components such as project name, location, contractor details, and date, as well as a structured format for entering costs related to labor, materials, and equipment. Each line item includes spaces for task descriptions, unit costs, and total costs, allowing for clear financial representation. Additionally, the form highlights various cost components, including subcontractor performance value, prime contractor and project management costs, and allowances for general home office overhead, profit, and bonding. It culminates in a firm fixed price proposal amount for the base bid. This document is fundamental in the bidding process, ensuring transparency and accountability in the allocation of government funds for contracting projects.
    The document is a Pre-Proposal Inquiry Form associated with a specific government solicitation. Its primary purpose is to facilitate communication between potential proposers and the government by allowing stakeholders to submit inquiries related to the solicitation. The form requires individuals to provide their contact details, including their name, email, and phone number, and encourages them to number their questions for clarity. Responses to these inquiries will be provided via email, indicating a structured approach to addressing questions. The form must be sent to a designated email address for processing. This document is essential in the context of federal RFPs, federal grants, and state/local RFPs, ensuring transparency and clear communication during the proposal process, ultimately aiding in the accurate submission of proposals.
    The Safety Data Sheet outlines essential safety information required from offerors in the context of federal and state government Requests for Proposals (RFPs). It mandates the completion of safety documentation, including DART (Days Away, Restricted or Transferred) and TCR (Total Recordable Case) rates over the past five years, focusing on the need for detailed explanations of any rates exceeding moderate risk levels. Offerors must describe their Safety Management System (SMS) approach, detailing leadership involvement, employee engagement, hazard prevention, control measures, worksite analysis, and safety training. Additionally, there is a requirement to document the processes for selecting and overseeing subcontractors' safety compliance, ensuring that all workforce levels maintain rigorous safety standards. The document emphasizes the importance of safety as a critical component in the evaluation of proposals, reflecting the government's commitment to workplace safety and accountability in the execution of contracts. This structure serves as a benchmark for assessing contractor qualifications based on their safety performance and strategies.
    The Occupational Safety and Health Administration (OSHA) provides this guidance for employers to effectively maintain records of work-related injuries and illnesses according to the requirements of the OSH Act. Employers with 10 or fewer employees and those in specific industries may be exempt from maintaining records. However, all employers must report severe workplace incidents, such as fatalities or amputations, to OSHA. This document includes essential forms and instructions for recording incidents, including the Log of Work-Related Injuries and Illnesses and the Summary of Work-Related Injuries and Illnesses. Employers are also required to complete and retain OSHA's Form 301 for each incident. Accurate recordkeeping aids in workplace safety and compliance with federal regulations. The document outlines criteria for when an injury or illness is recordable, classification of cases, procedures for changes in outcomes, and the necessity of maintaining confidentiality for certain incidents. Finally, it details the calculation of injury incidence rates to help businesses monitor and improve safety performance.
    The document outlines the process of definitizing equitable adjustments for construction contracts under the Department of the Navy. It provides a breakdown of the time taken to definitize change order proposals after receiving adequate proposals. The data indicates varying timeframes for the definitization process, with specific counts for each time category: two proposals were definitized in 30 days or less, three in 31 to 60 days, three in 61 to 90 days, five in 91 to 180 days, five between 181 to 365 days, and two taking longer than 365 days. Additionally, nine contract modifications were implemented upon completion of contract performance addressing all undefinitized equitable adjustments. This analysis is essential for understanding the efficiency and responsiveness of the agency in managing changes within construction contracts, reflecting on practices that may impact future federal contracts and grants management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    INSULATION PIPE FIT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of insulation pipe fittings. This contract requires compliance with various quality assurance and inspection standards, including the submission of technical documentation and adherence to specific packaging requirements. The insulation materials are critical for maintaining operational efficiency and safety in naval applications. Interested vendors should direct inquiries to Lauren Valentine at 717-605-7191 or via email at LAUREN.N.VALENTINE2.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    Insert Cable Reel
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the procurement of Insert Cable Reels as part of the MK 30 Mod 1 Anti-Submarine Warfare target program. The requirement includes the production of two initial prototype units, followed by a production lot of 600 units, with options for two additional years of 600 units each, all in accordance with specific NAVSEA drawings and military standards. This procurement is critical for supplying reliable equipment for realistic anti-submarine warfare training, ensuring national defense readiness. Interested small businesses must submit their quotes by September 16, 2024, at 1:00 PM PST, and can direct inquiries to Brook Smith at brook.m.smith.civ@us.navy.mil or Amanda Gutgsell at amanda.r.gutgsell.civ@us.navy.mil.
    Copper Fiber Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting bids for the procurement of various cable assemblies, specifically designed for power conditioning and related functions. The requirement includes a total of 16 different cable assemblies, with quantities of two for each item, and the contractor is expected to utilize government-furnished materials for specific assemblies. This procurement is critical for national defense and falls under a Defense Priority and Allocation System (DPAS) rating, emphasizing its urgency. Interested vendors must submit their proposals by September 20, 2024, at 1:00 PM PST, and are encouraged to contact Brook Smith at brook.m.smith.civ@us.navy.mil for further inquiries.
    INSUL, TUBULAR FORM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of tubular insulation materials under the title "INSUL, TUBULAR FORM." This procurement is aimed at acquiring insulation materials that meet specific quality and technical requirements, as outlined in the solicitation documents, which include various inspection and acceptance criteria. The materials are critical for maintaining operational efficiency and safety in naval applications. Interested vendors should direct inquiries to Jason Piechowicz at 717-605-3515 or via email at JASON.PIECHOWICZ@NAVY.MIL, with proposals due within 60 days of the closing date specified in the solicitation.
    56--FIRE INSULATION
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking FIRE INSULATION AND FIBROUS GLASS INSULATION FELT. This is a construction and building material typically used for insulating against fire and providing thermal insulation. The acquisition will be negotiated on a 100% SMALL BUSINESS SET-ASIDE basis. The solicitation will be posted on the NECO website on or about 2 MAR 2017 with proposals due by 13 MAR 2017. A Firm-Fixed Price, Supply type contract will be awarded. Interested parties are responsible for downloading the solicitation from the NECO website. Electronic submission of proposals/quotes is not available at this time.
    BUOY ANCHOR CHAIN REPAIR
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the repair of buoy anchor chains at the Manchester Fuel Department. The project involves replacing and repairing buoy anchor chains and hardware, ensuring compliance with marine industry standards, safety regulations, and environmental protocols. This procurement is critical for maintaining the operational safety and integrity of the mooring buoys, which are essential for naval operations. Interested small businesses must submit their proposals by September 18, 2024, and can direct inquiries to Rebecca Brucker at rebecca.c.brucker.civ@us.navy.mil.
    VALVE BODY INSUL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of valve body insulation. This contract falls under the NAICS code 314999, which pertains to miscellaneous textile product mills, and involves the inspection and acceptance of supplies with a fixed-price arrangement. The goods are critical for maintaining operational efficiency and safety in naval applications. Interested vendors should reach out to Melissa Furness at 717-605-7821 or via email at MELISSA.FURNESS@NAVY.MIL for further details, and note that this opportunity is set aside for small businesses, with proposals due within 60 days of the solicitation date.
    Light Vertical Bulkhead & Support Plate
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking qualified small businesses to provide Light Vertical Bulkheads and Support Plates under solicitation N0025324R0004. The procurement involves manufacturing and delivering non-commercial items in accordance with specific NAVSEA drawings, with a total potential quantity of up to 1,000 units, including First Article Testing and production. These components are critical for the MK 48 Heavyweight Fuel Tank Assembly, emphasizing the Navy's commitment to high standards in defense procurements. Interested vendors must comply with registration requirements and are encouraged to contact Rebecca Jett at rebecca.a.jett.civ@us.navy.mil for further details, with the solicitation expected to be available around September 23, 2024, and closing 30 days thereafter.
    USS KIDD Hull Preservation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the USS KIDD Hull Preservation project, which involves the provision of paint coatings and related products to support the U.S. Navy fleet. The primary objective is to ensure timely delivery of these materials to shipyards in Seattle and Everett, Washington, adhering to federal specifications and quality standards for naval coatings. This procurement is critical for maintaining the integrity and longevity of naval vessels, emphasizing the importance of reliable logistical support and efficient supply chain management. Interested contractors must submit their proposals, including pricing and past performance information, by September 23, 2024, and can direct inquiries to Kacey Church at kacey.church@navy.mil or Denise Manor at denise.manor@navy.mil for further details.