DDG (X) BLDG. 77H B670 Annex, Construction Load Bank Platform
ID: N4008524R2653Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER INDUSTRIAL BUILDINGS (Y1EZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of a Load Bank Platform at Building 670 within the Philadelphia Navy Yard Annex as part of the DDGX project. The project entails constructing a steel platform, re-roofing the existing building, and ensuring that operations for nearby government facilities remain uninterrupted during construction, while adhering to safety and environmental regulations. This initiative is crucial for enhancing facility capabilities and operational efficiency within the Navy's infrastructure. Interested contractors must submit their proposals by October 10, 2024, and can obtain further details by contacting Georgia Scott at georgia.scott@navy.mil or by visiting the PIEE portal for solicitation specifics.

    Files
    Title
    Posted
    The document is an amendment to the solicitation N40085-24-R-2653, concerning a government contract for construction under NAVFAC Mid Atlantic. The primary purpose of this amendment is to update critical dates and information related to the bidding process. Key updates include an additional site visit scheduled for September 19, 2024, and the extension of the proposal due date from September 17, 2024, to October 10, 2024. The cutoff date for pre-proposal inquiries has also been revised to September 26, 2024. The amendment indicates that this solicitation is restricted to North MACC holders only, meaning only those with specific qualifications can participate. Additional procedural details for the site visit, including date, time, and location, are provided. The document underscores the importance of adhering to established procedures for bid submission and access approvals. Overall, this amendment highlights changes aimed at facilitating participation in the bidding process while ensuring compliance with government procurement protocols.
    The document outlines the specifications and procedural requirements for the "DDG(X) LBTS WP2: Exterior Load Bank Platform at B670" project at the Philadelphia Navy Yard. Key components include constructing a steel-framed platform, re-roofing Building 670, implementing site work, and installing security fencing. The project mandates strict adherence to safety measures, maintaining emergency exits during construction, and coordination with ongoing Navy operations. It emphasizes the importance of detailed planning, including identification of underground utilities, contractor access requirements, and handling unclassified information through an electronic management system. The use of the NAVFAC's Electronic Construction and Facility Support Contract Management System (eCMS) is required for all technical submittals. Additionally, the document stipulates communication protocols, project management expectations, and insurance requirements, underlining the need for compliance with federal regulations and standards. Overall, this document serves as a comprehensive guide for contractors engaged in federal projects, ensuring all key aspects are addressed for successful execution.
    The document outlines the project for constructing an exterior load bank platform at Building 670 within the Philadelphia Navy Yard Annex as part of a broader initiative by the Naval Facilities Engineering Systems Command. The primary focus is to create a steel platform above Building 670 while ensuring that operations for nearby government facilities remain uninterrupted during construction. Detailed project notes emphasize maintaining the integrity and security of existing buildings, proper identification of underground utilities, and compliance with various safety and construction codes. Additional notes address traffic management, site access, and environmental protection measures. The project mandates that all construction activities respect existing facilities and includes provisions for securing utility access, inspecting vehicles, and managing operational safety during the work period. This initiative demonstrates the government's commitment to facility enhancements while meeting operational goals and regulatory compliance.
    The document outlines the General Decision Number PA20240003 for building construction projects in Philadelphia County, Pennsylvania, under the Davis-Bacon Act. It establishes wage rates and worker protections mandated for contractors engaged in federal projects. Key wage guidelines are tied to Executive Orders, with stipulations for minimum hourly wages depending on contract award and renewal dates. For contracts effective post-January 30, 2022, workers must be paid a minimum of $17.20 per hour, while those active between January 1, 2015, and January 29, 2022, are entitled to at least $12.90. The document details specific wage rates for various trades, including laborers, electricians, and plumbers, along with required fringe benefits. It explains classifications and holiday pay requirements. Additionally, it references the appeals process for wage determination disputes and emphasizes the necessity of complying with the paid sick leave provision stipulated by Executive Order 13706. This document is essential for contractors bidding on federal contracts to ensure adherence to labor standards and wage compliance within Pennsylvania’s construction projects.
    The document is a Pre-Proposal Inquiry Submission Form associated with the federal RFP N4008524R2653 for the DDGX B77 Load Bank Platform project in PNYA, PA. It outlines a structured approach for submitting inquiries regarding the proposal, leaving certain sections blank for future input. Key aspects include the format for inquiries, a reference to specific sections and paragraphs for clarity, and instructions for submission, although the detailed requirements and guidelines appear to be absent in this excerpt. The primary purpose is to facilitate communication and clarification between potential bidders and the contracting authority. This inquiry form serves to ensure that all parties are adequately informed and that the proposal process is conducted transparently and efficiently, aligning with standard government contracting practices.
    The document is a Price Schedule for a government solicitation related to the DDG(X) Land Based Test Site (LBTS) project. It outlines various pricing line items required for contractual work, emphasizing that bidders must provide detailed unit and total prices for specific tasks, including building modifications, foundation piling, and contaminated soil removal. The main segments consist of the base price for overall work and sub-items for distinct tasks, all based on provided drawings and specifications. The government aims to assess bids based on total costs for these line items, with provisions for option items that may be exercised within a set timeframe after contract award. The document also details financial stipulations, including requirements for bonding and potential rejection of unbalanced bids. Overall, the Price Schedule emphasizes structured bidding, ensuring compliance with government regulations while providing clarity about project costs and contractor obligations.
    The provided document is inaccessible due to technical issues, rendering it impossible to extract content, identify its main topic, key ideas, or any specific details. As a result, I cannot provide a summary or analysis of the intended content related to federal government RFPs, grants, or local requests for proposals. Without the document's information, I am unable to fulfill your request adequately. Please ensure that the document is available for review or provide an alternative format to facilitate analysis.
    The document pertains to a government personnel or contractor record related to an individual named Jacqueline Harris from NAVFAC MIDLANT PWD Norfolk. It includes critical information such as contact details for the sponsor, identification details like Social Security Number (SSN), and date of birth (DOB), along with a phone number and email address for the sponsor. The purpose appears to be related to operational intelligence requests (OP INTL REQ), which often intersect with RFPs (Requests for Proposals) or grants. The relevant communication would be directed to ensuring procedural compliance and connecting with appropriate infrastructure in government operations. The document indicates that the FBI/SID has been checked and includes a date for disposal (DATE TO DISPO CHECKED). This summary captures essential identification and operational details necessary for processing or reviewing government-related actions associated with the individual.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors registering for the PIEE platform used by the Department of Defense (DoD). This platform improves the security and efficiency of capturing solicitations and vendor responses. There are two main roles for users: Proposal Manager, who can submit offers, and Proposal View Only, who can view offers. The guide provides detailed step-by-step instructions for new users creating a PIEE account, including selecting roles, providing company information, and submitting registration. Existing users can also add roles through a straightforward process. Additional resources include account and technical support contacts, ensuring users can receive assistance as needed. The Roles and Actions/Functions Matrix indicates which actions are available for each user role, emphasizing the delineation of capabilities for managing proposals. This guide serves as a critical resource for understanding how to navigate the PIEE system, enabling efficient participation in government solicitations and enhancing the reliability of vendor interactions with the DoD.
    The document outlines a Request for Proposal (RFP) for the DDGX Load Bank Platform project, managed by the Naval Facilities Engineering Command in Philadelphia, PA. The project involves the renovation of Building 77H to create a Load Bank Platform, including roof replacement and installation of a rooftop platform with access and lighting. This RFP encompasses an indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract for facilities in the North area, covering several states. The estimated cost ranges from $5 million to $10 million, with a completion timeline of 330 days from the award date. The contract will adhere to federal wage determinations and will involve a proposal submission deadline of September 17, 2024. A fair opportunity for award will be based on the lowest price proposal. A pre-proposal site visit is scheduled for September 4, 2024, where attendees must provide proof of citizenship. The document also includes criteria for proposal evaluation, mandatory submissions, and specific requirements for electronic submissions via the PIEE system. Attachments provide additional specifications, wage determinations, and forms necessary for compliance and proposal submission. This RFP represents the government's effort to engage qualified contractors for critical infrastructure enhancements.
    Similar Opportunities
    Y--Y--MARKET RESEARCH/ REQUEST FOR INFORMATION FOR ELECTRICAL LOAD EXPANSION AT THE PHILADELPHIA NAVY YARD ANNEX. QUESTIONS ARE DUE BY 1600 LOCAL TIME ON 1 OCTOBER 2018.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking information for electrical load expansion at the Philadelphia Navy Yard Annex. This procurement is for the construction of structures/facilities. The primary contact for this procurement is Sidnia Finke, Sidnia.finke@navy.mil. For more details, please refer to the detailed RFI and attachments, including Industry Day details.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    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. This project aims to enhance the electrical infrastructure and ensure the operational readiness of the naval station by upgrading critical utility components. The successful contractor will be responsible for the design and construction aspects of the project, which is vital for maintaining the safety and efficiency of naval operations. Interested parties can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or contact Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further information.
    N33191-24-R-0031 Design-Build (D-B) Construct Maintenance Facility and Technical Training Center in Djibouti
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build contract to construct a Maintenance Facility and Technical Training Center in Djibouti. The project aims to enhance military readiness and operational capabilities by providing a facility that supports training for medical equipment maintenance, with a focus on compliance with both American and Djiboutian regulations. The estimated project cost ranges from $100,000 to $250,000, and proposals must be submitted electronically by October 1, 2024. Interested contractors should contact Anna Gulewich at anna.l.gulewich.civ@us.navy.mil or Daniel Magrino at daniel.k.magrino.civ@us.navy.mil for further details.
    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 design-build of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project entails the construction of a two-story, 60,000 square foot facility, along with the demolition of two existing buildings, and includes essential planning for utilities, landscaping, and secure space requirements for Navy operations. The estimated project cost ranges from $25 million to $100 million, with a completion timeline of 1,048 calendar days from the award date. Interested contractors must submit their proposals electronically by October 29, 2024, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil for further inquiries.
    Design-Bid-Build (BBD), Firm-Fixed-Price (FFP), Construction Contract for P021 Lighterage and Small Craft Facility at Marine Corp Support Facility (MCSF) Blount Island Command (BIC), Jacksonville, Florida.
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for a Design-Bid-Build (BBD), Firm-Fixed-Price (FFP) construction contract for the P021 Lighterage and Small Craft Facility at the Marine Corp Support Facility (MCSF) Blount Island Command (BIC) in Jacksonville, Florida. This procurement aims to establish a facility that will support lighterage and small craft operations, which are critical for enhancing operational capabilities and logistics for the Marine Corps. Interested contractors should note that the solicitation number is N69450-24-R-0003, and they can direct inquiries to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or to Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    ARMED FORCES OF THE PHILIPPINES SUBIC 150-METER PIER PLANNING.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking planning and estimating services for the construction of a 150-meter pier for the Philippine Navy at Subic Bay, Philippines. The procurement aims to provide logistical and programmatic support, including site surveys, engineering design, and project management, while ensuring compliance with legal and regulatory standards. This project is part of Foreign Military Sales (FMS) Case PI-P-GPH and is critical for enhancing the operational capabilities of the Philippine Navy. Interested parties must submit their offers by September 20, 2024, with the anticipated award date set for October 1, 2024, and delivery expected between October 2024 and January 2025. For inquiries, contact Matthew Brace at matthew.brace@navy.mil.
    Electric Power Resiliency - Bldg. 56 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 56, Defense Distribution Center (DDJC). The contractor will be responsible for providing all labor, materials, tools, and equipment necessary to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This project is a total small business set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, and the Invitation for Bid (IFB) is expected to be issued around August 2, 2024. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) and direct any inquiries to Paul Holbert at paul.holbert@dla.mil or Joshua Woodworth at joshua.woodworth@dla.mil.
    Electric Power Resiliency - Bldg. 16 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 16, DDJC. The contractor will be responsible for providing all necessary labor, supervision, materials, tools, and equipment to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This project is a total small business set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, and the Invitation for Bid (IFB) is expected to be issued around August 5, 2024. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and are encouraged to direct any inquiries to Paul Holbert at paul.holbert@dla.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.