NH-16 Replace Air Cooled Chiller at Naval Support Activity (NSA), Norfolk, Virginia
ID: N4008525R2603Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    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.

    Files
    Title
    Posted
    The solicitation N4008525R2603 by the Naval Facilities Engineering Systems Command seeks proposals for replacing the air-cooled chiller at the Naval Support Activity in Norfolk, Virginia. This project is part of an indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract focusing on HVAC and mechanical projects in the Hampton Roads area. The budget estimate is between $250,000 and $500,000, with a completion timeframe of 180 days from the task order's award date. Notable requirements include a site visit scheduled for February 26, 2025, and strict adherence to Department of Labor wage determinations. The proposal deadline is March 20, 2025, and will be awarded based on low price, with offerors required to submit proposals electronically via the PIEE system. All participating contractors must ensure compliance with the outlined contract clauses and provide necessary documentation as stipulated in the solicitation. This effort highlights the government's focus on efficient procurement and budget management in public works projects.
    The document outlines the prevailing wage rates for construction projects in Norfolk County, Virginia, as required under the Davis-Bacon Act. It specifies that contracts commenced or renewed after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of at least $17.75 per hour for covered workers. Prior contracts fall under Executive Order 13658, with a minimum wage of $13.30 per hour. The report includes a comprehensive table detailing classifications, wage rates, and fringe benefits for various construction trades, including skilled positions like electricians and boilermakers. Additionally, it emphasizes compliance with worker protections and regulations, highlighting the need for contractors to submit conformance requests for any necessary classifications not listed. The document also explains the appeals process for wage determination disputes, directing interested parties to appropriate contacts within the U.S. Department of Labor for further inquiries. This summary encapsulates regulations significant for contractors bidding on state and federal projects while ensuring fair compensation and workforce protections in the construction industry.
    The document appears to be a technical note regarding issues with PDF viewing software, specifically Adobe Reader, and does not include any substantial content related to federal government RFPs, grants, or local RFPs. Therefore, there are no main topics, key ideas, or supporting details to summarize. The message emphasizes the necessity of upgrading to the latest version of the Adobe Reader for proper document access and provides links for additional assistance. Since there is no relevant information on government initiatives, grant solicitations, or request for proposals within this document, it cannot contribute to the analysis or understanding within the context of government operations.
    The document outlines pertinent information related to an individual named Samantha Lawler, affiliated with the NAVFAC organization. It includes crucial identifiers such as her Social Security Number, date of birth, and contact information, specifically her phone number and email. The file indicates a pending or completed background check process, denoted by the "DISPO CHECKED" and "OP INTLREQ" notations, which suggest that a review of her background with the FBI or the appropriate authorities has been undertaken. The clear structuring of the file implies its use within the context of federal contracts, grants, and requests for proposals, highlighting compliance with necessary security protocols for personnel involved in governmental projects. Overall, it serves as a documentation of identity verification, critical for security in federal operations.
    The document pertains to a pre-proposal inquiry for the replacement of an air-cooled chiller at the Naval Support Activity (NSA) in Norfolk, Virginia, identified by the reference number N4008525R2603 NH-16. It lacks detailed content beyond the title and introductory nomenclature regarding the project location and submission instructions, leaving sections blank for further inquiries and specifications. The intent of this request for proposals (RFP) is to solicit information from potential contractors about their capability to execute the specified work while adhering to federal regulations and standards. This type of inquiry is typical in government contracting processes, ensuring that responses are collected systematically to facilitate project planning and execution. The document serves as a preliminary step in evaluating interest and capability in delivering the required services for the air conditioning system's modernization at a naval facility, indicating the government’s ongoing efforts to maintain and improve its infrastructure.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors within the Department of Defense (DoD) to register and manage their roles in the PIEE Solicitation Module. This module streamlines the submission and management of solicitations and responses. Vendors can assume two roles: Proposal Manager, responsible for submissions, and Proposal View Only, for viewing capabilities. The document provides detailed step-by-step instructions for new users to self-register and for existing users to add additional roles. New users must navigate a series of prompts to create an account, establish security questions, and complete their profile information. Existing users can follow simpler steps to add roles post-login. Moreover, the guide includes resources for account and technical support, emphasizing the importance of the Account Administrator for maintaining account health. A Roles and Actions/Functions Matrix is provided, delineating capabilities associated with each role, ensuring vendors know what actions they can perform within the platform. This guide is integral for facilitating vendor participation in government solicitations, enhancing operational efficiency and security in the procurement process.
    The document outlines a government Request for Proposal (RFP) related to the replacement of an air-cooled chiller at Naval Support Activity in Norfolk, Virginia, identified by eProjects No: 1837649. The proposal is prepared by NAVFAC Mid-Atlantic and includes detailed instructions for prospective bidders. Key components include a firm fixed price requirement for the contract line item (CLIN 0001AA), with the total project price to be quoted for the entire scope of work. The government's evaluation criteria emphasize the importance of balanced pricing, as offers that exhibit significant pricing discrepancies may be deemed nonresponsive. Furthermore, a Performance Bond equal to 100% of the aggregate amount for CLIN 0001 is mandated. The document's purpose is to solicit bids from contractors capable of fulfilling the outlined project scope while ensuring compliance with federal guidelines and pricing standards.
    The document is a form related to government RFPs, specifically regarding the acknowledgment of amendments by an offeror submitting a proposal. It includes designated spaces for the offeror's name, authorized signatory, signature, and date. The primary purpose is to ensure that the submitting party confirms awareness and acceptance of any amendments to the RFP, which is a standard requirement in federal and state/local contracting processes. By signing, the offeror indicates compliance and readiness to adhere to updated terms. The structure emphasizes legal and procedural correctness in government contracting, reinforcing transparency and accountability in the bidding process. Overall, it serves as an official acknowledgment necessary for moving forward with proposals under amended terms.
    The provision 52.204-24 outlines the representation requirements regarding the provision of certain telecommunications and video surveillance services or equipment by federal contractors. The document emphasizes prohibitions established by Section 889 of the John S. McCain National Defense Authorization Act of 2019, which forbids contracts for goods or services that involve covered telecommunications equipment and services, referenced extensively in the document. The Offeror must confirm whether they will provide such covered equipment or services to the government and must conduct reasonable inquiries to evaluate their telecommunications practices. Detailed disclosures are mandated if the Offeror indicates they do provide or use covered services, involving specifics about the equipment’s origin, description, and purpose. The aim of this document is to ensure government contracts do not support equipment or services that could threaten national security, reinforcing compliance and accountability among federal contractors during the solicitation process.
    This document outlines recent federal regulations prohibiting specific applications and practices in government contracting to ensure security and compliance. It includes provisions related to the use of TikTok, known as the "No TikTok on Government Devices Act," explicitly banning its presence on government information technology. Furthermore, it establishes guidelines per the Federal Acquisition Supply Chain Security Act (FASCSA) to prevent using or supplying products linked to covered articles prohibited under FASCSA orders. Additionally, it prohibits procurement from the Xinjiang Uyghur Autonomous Region (XUAR) involving forced labor, and restricts business operations with Russian fossil fuel entities. Contractors must represent compliance with these regulations when submitting proposals, including a commitment to refrain from using or providing unauthorized products or services. The document serves as a protective measure reflecting current geopolitical and ethical considerations influencing federal procurement processes. Through these clauses, the government aims to safeguard national security and adhere to ethical labor practices.
    Similar Opportunities
    Chiller Replacement FC62, FC63, FC64
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of HVAC chillers at Buildings FC62, FC63, and FC64 located at Marine Corps Base Camp Lejeune, North Carolina. The project aims to upgrade the chillers' capacity from 91 to 110 nominal tons while ensuring that facility operations remain uninterrupted during construction. This procurement is critical for maintaining the efficiency and reliability of the HVAC systems within the base, reflecting the government's commitment to infrastructure improvement. Interested contractors must submit their proposals by March 7, 2025, with an estimated project cost ranging from $1,000,000 to $5,000,000, and can direct inquiries to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the replacement and upgrade of HVAC systems at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project specifically involves the removal of a failed 60-ton Daikin chiller and the installation of a new chiller along with Variable Frequency Drive (VFD) replacements, ensuring compliance with safety regulations and integration into the existing Energy Management System. This procurement is crucial for maintaining operational efficiency and safety at the marine sanctuary, which serves as an important environmental and visitor center. Interested small businesses must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date on or about March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, located in Virginia Beach, Virginia. The project aims to modernize and enhance control systems critical for operational efficiency, with an estimated contract value between $250,000 and $500,000. This initiative is part of a broader federal effort to maintain and improve infrastructure, ensuring facilities operate optimally. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals by March 12, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.
    Replace All WSHP B496
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the replacement of Water Source Heat Pump (WSHP) units at Marine Corps Air Station in Cherry Point, North Carolina, under project number 7427910. The project involves the complete replacement of existing WSHP units while ensuring minimal disruption to the occupied building, necessitating careful coordination with the Contracting Officer and adherence to strict safety and scheduling protocols. With an estimated cost between $100,000 and $250,000, proposals are due by March 12, 2025, and the contract will be awarded based on the lowest price, with a completion deadline of 270 days post-award. Interested contractors should contact Linda Clark at linda.b.clark14.civ@us.navy.mil or 252-466-4130 for further details.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the repair of Pump Motor 1C located in Building 77H, with a contract value estimated between $250,000 and $500,000. This project is set aside exclusively for small businesses and requires adherence to stringent safety and operational standards, as outlined in various supporting documents, including a Mobile Construction Equipment Checklist and Activity Hazard Analysis protocols. The successful contractor will be responsible for ensuring compliance with federal regulations while executing the repair work, which is critical for maintaining operational efficiency in government facilities. Proposals must be submitted by March 21, 2025, following a mandatory site visit in early March, and interested parties can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil for further details.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES MANAGEMENT AND SUSTAINMENT SUPPORT PREDOMINANTLY IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ATLANTIC AREA OF OPERATIONS, BUT ALSO WORLDWIDE.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on facilities management and sustainment support. The contract, estimated at $90 million over a five-year period, will involve key tasks such as facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. This procurement is crucial for enhancing infrastructure management capabilities within the NAVFAC Atlantic area and beyond, promoting competition among firms while ensuring compliance with small business subcontracting goals. Interested parties must submit their responses electronically by March 27, 2025, and can direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    SXHT 21-1005 Replace Chiller AHU and Fan Coil Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a chiller, air handling unit (AHU), and fan coil unit at Patrick Space Force Base in Florida. The project involves replacing an existing TRANE R-22 chiller with a TRANE R-410A chiller, along with upgrading associated components such as cooling towers, pumps, and electrical panels, while ensuring compliance with Florida Building Codes. This solicitation is set aside for Competitive Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget estimated between $500,000 and $1,000,000, with the solicitation expected to be released around March 7, 2025, and bids due 30 days thereafter. Interested bidders must be registered in the System for Award Management (SAM) and should note that funding is not currently available, meaning awards will only be made once funding is confirmed; the government reserves the right to cancel the solicitation without incurring costs to bidders. For further inquiries, potential bidders can contact Abigail Lynagh at abigail.bultman@spaceforce.mil or Hannah Gaddie at hannah.gaddie@spaceforce.mil.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.