Bldg 82 Replace Overhead Coiling Grille and Security Grate
ID: N0025325Q0008Type: Presolicitation
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), is soliciting quotes for the replacement of the overhead coiling grille and security grate at Building 82 in Keyport, Washington. This project, which is set aside exclusively for small businesses, involves the removal of existing structures and ensuring site security during construction, with an estimated contract value between $25,000 and $100,000. The selected contractor will be required to adhere to stringent safety, environmental, and quality control standards throughout the project, which is anticipated to be awarded by July 16, 2025. Interested parties must register in the System for Award Management (SAM) and submit proposals to the designated contacts, Michelle Farrales and James Wasson, by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the process of definitization of equitable adjustments under construction contracts managed by the Department of the Navy. It specifies the timeline for definitizing change order proposals received during contract performance. The data includes the number of change order proposals definitized within various time frames: 2 within 30 days, 3 within 31 to 60 days, 3 from 61 to 90 days, 5 from 91 to 180 days, another 5 from 181 to 365 days, and 2 taking more than 365 days. Additionally, it notes that after contract completion, there are 9 contract modifications addressing all undefinitized equitable adjustments. This document underscores the importance of timely processing of change orders in government contracting and highlights potential areas for improving efficiency in contract modification processes.
    The government solicitation N0025325Q0008 outlines a project for the Naval Undersea Warfare Center (NUWC) to replace the overhead coiling grille and security grate of Building 82. This firm-fixed-price construction contract is set aside exclusively for small businesses, with an estimated cost between $25,000 and $100,000. Bidders must possess a valid Washington State business license and comply with all applicable regulations. Proposals must include detailed technical capability documentation, evidence of past performance, and compliance with safety and performance standards. The scope necessitates removing the existing door and grille while ensuring site security throughout construction. Contractor responsibilities include adhering to various safety, environmental, and quality control standards, as well as providing necessary training on equipment. Regular progress reports and compliance with payroll and inspection regulations are mandatory. All work must align with federal and environmental regulations, ensuring minimal disturbance to natural resources. This solicitation exemplifies stringent project requirements for government contracting, emphasizing compliance, safety, and quality in construction efforts at federal facilities.
    The document outlines Wage Determination WD #WA20250109, applicable in Kitsap County, Washington, under the Davis-Bacon Act for building construction projects. It specifies minimum wage rates for various labor classifications, including roles such as electricians, carpenters, and laborers, effective from March 7, 2025. Contractors must comply with Executive Orders 14026 and 13658, which mandate minimum wage payments based on contract dates, impacting federal contracts. The document includes detailed wage rates, including base salaries and fringe benefits. Additionally, it discusses the appeals process for wage determination disputes, directing affected parties to submit inquiries to the Department of Labor. This wage determination serves as a guideline to ensure fair compensation in federally funded construction projects, highlighting the government’s commitment to worker protection and labor standards.
    The document outlines the requirements for submitting past performance references as part of a federal government request for proposals (RFP). It is structured to collect detailed information about subcontractors classified as major in relation to the offeror. For each reference, the contractor must provide essential details, including the contract number, description of the requirement, the role of the offeror (prime or subcontractor), relevant performance details, and value metrics. The document emphasizes the importance of demonstrating the relevance of past contracts to the current RFP through specific metrics such as dollar value or percentage of work performed. Additionally, it allows the offeror to discuss any issues faced in previous contracts and the corrective measures taken. The government's aim is to gather comprehensive performance data to assess the offeror's ability to fulfill the contract effectively, leading to informed decision-making in awarding contracts. This process is vital in ensuring that potential contractors are qualified and capable of delivering the required services and support.
    The document outlines the procedures and requirements for the replacement of specific assets within federal properties, including a coiling grill, security grate, breathing air filters, and carpet installations. Each replacement project necessitates a detailed accounting of costs related to both the removal of old assets and the installation of new ones. For accurate asset tracking, each individual equipment item must be logged separately, and the necessary columns in the accompanying spreadsheet must be filled accordingly, even though certain columns will be managed by the Federal Management System (FMS). Specific vendors are mentioned, along with their contact information, and asset details are meticulously recorded, including warranties and installation dates. The primary focus of the document is to ensure compliance with federal regulations during asset replacements and installations, providing a structured approach to track and report costs and equipment changes. Proper documentation is essential for maintaining transparency and accountability in managing federal assets.
    The "Safety Requirements for Contractors and Subcontractors" document from the Naval Undersea Warfare Center (NUWC) Division Keyport outlines essential safety regulations and guidelines aimed at maintaining a safe work environment for contractors and subcontractors. The document covers contractor responsibilities, required safety programs, training, inspections, and emergency procedures in adherence to OSHA standards and relevant regulations. Key points include the contractors' obligation to provide safety training, ensure compliance with federal and state safety regulations, and maintain a safe workplace free from hazards such as slips, exposures to harmful substances, and accidents involving equipment. The document emphasizes the importance of reporting injuries, conducting regular safety meetings, and maintaining emergency action plans. It also includes specific safety protocols related to hazardous materials like asbestos and lead, as well as procedures for working in confined spaces, handling electrical systems, and managing heavy lifting operations. Furthermore, contractors must conduct thorough hazard assessments and notify the NUWC Safety Office of any issues promptly. This comprehensive safety framework reflects the organization's commitment to ensuring the well-being of all personnel engaged in its operations.
    The "Guide to Environmental Compliance Requirements for Contractors and Subcontractors" for the NUWC Division Keyport outlines essential environmental regulations and practices mandated for contractors. This guide emphasizes compliance with federal, state, and local environmental laws, alongside Department of Navy regulations, while working on the Naval Base Kitsap (NBK) Keyport. Key sections include emergency response procedures, hazardous material management, waste management protocols, spill prevention, and training requirements. Contractors are urged to familiarize themselves with contact points for various environmental program areas and understand the significant consequences of non-compliance, such as penalties and reputational harm. A streamlined process for hazardous waste designation, proper labeling, and management of waste accumulation areas is detailed to ensure safety and adherence to Washington State’s stringent regulations. Special attention is given to spill response, where immediate action and clear communication are vital. The guide further includes directives for clean water and air regulations, asbestos management, and stormwater management procedures. By maintaining a proactive and knowledgeable stance on environmental compliance, contractors will enhance project efficiency and ensure environmental stewardship, aligning with the Navy’s commitment to sustainability and regulatory adherence.
    The Operations Security (OPSEC) Guide for Defense Contractors provides essential security guidelines for contractors engaged with the Naval Undersea Warfare Center Division (NUWCDIVKPT). Its primary purpose is to protect Critical Information (CI) related to national security during contract performance. The document emphasizes that contractors must implement OPSEC measures to guard sensitive data against potential adversaries who may exploit such information. The guide outlines contractor OPSEC requirements, including personnel access control, communication security, restrictions on the use of electronic devices, adherence to OPSEC training, and the necessity of developing tailored OPSEC plans. Specific training requirements dictate that personnel receive initial training within 30 days of assignment and annual refreshers. The guide also addresses protocols for safeguarding CI, such as prohibiting public discussions of government operations and retaining security clearance for sensitive areas. Additionally, costs related to OPSEC compliance must be included in contract bids. Overall, this OPSEC guide serves as a critical framework to ensure contractors effectively protect national defense information while fulfilling their roles in government contracts, promoting security in alignment with federal standards.
    The document is a Schedule of Prices and Contract Performance Statement for the project "Bldg. 82 Replace Coiling Grill and Security Grate" at the NUWC Division Keyport, located in Keyport, WA. It outlines the financial aspects of the project, detailing various cost components, such as labor, materials, equipment, and insurance. However, all entries in the document presently indicate zero dollar amounts, reflecting a budget value and activity completion percentage of 0.00%. There are sections for bonds and special insurance, but similarly, they report no financial allocations. The structure of the document consists of an activity ID system with provisions for tracking labor and material costs necessary for notifying progress or expenses related to the tasks involved in the project. This format is typical for government Requests for Proposals (RFPs), which require clear bid documentation and tracking for transparency and accountability. Using these metrics can assist in managing budgetary constraints and ensuring compliance with federal project standards once actual work and associated costs commence.
    The solicitation N0025325Q0008 involves a project at Naval Base Kitsap, Keyport, WA, which focuses on replacing the overhead coiling grille and security grate in Building 82. The document details the tasks related to the project, outlining the requirements for labor, materials, and equipment necessary for the successful completion of the work. Contractors are required to provide detailed descriptions of their proposed tasks, alongside associated costs for materials, labor, and equipment. The bid form includes specific pricing for various labor categories and materials, highlighting the need for transparency and thoroughness in cost assessment. This RFP is part of a broader federal initiative that seeks to ensure safety and security upgrades at military facilities, emphasizing compliance with government standards and project specifications. The structure of the document includes clear instructions for bidders to detail their proposals, ensuring an objective evaluation process for project awarding. Overall, this solicitation reflects ongoing efforts to enhance the infrastructure and security of military installations through competitive bidding and detailed project planning.
    The document is a Pre-Proposal Inquiry Form for Solicitation #N0025325Q0008 concerning the replacement of an overhead coiling grille and security grate at Building 82. It outlines a structured process for potential bidders to submit questions regarding the proposal. Interested parties are instructed to send inquiries via email to two designated Navy officials, Michelle A. Farrales and James K. Wasson. Responses to inquiries will be provided in red, ensuring clarity in communication. This solicitation is part of a broader framework that facilitates the procurement of services and materials by federal entities, invigorating competition and accountability in the contracting process. The emphasis on clear communication underscores the importance of transparency and structured queries in the federal RFP process, aiming to foster well-informed proposals and ultimately enhance project execution.
    The Safety Data Sheet is a crucial document that offerors must complete to provide safety information as part of federal or state RFP submissions, particularly focused on safety management in contracting. The document requires the offeror to furnish their name and that of any joint venture partners, alongside insurance carrier details. It emphasizes the submission of detailed safety data from the past five calendar years, specifically the OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate and the Total Recordable Case (TCR) Rate for each year. If rates are absent for any year, an explanation is required, particularly for any negative trends. Additionally, the offeror must present a Safety Narrative outlining their approach to implementing a Safety Management System—including management involvement, employee engagement, hazard control methods, and training—while detailing how subcontractor selection and oversight processes will ensure compliance at all levels. The document's structure and requirements reflect the importance of safety in operational practices and risk management, ensuring that offerors demonstrate robust safety protocols to meet government standards in contract performance.
    The Occupational Safety and Health Administration (OSHA) provides guidelines for employers on maintaining records of work-related injuries and illnesses. Employers with 10 or fewer employees, certain industry classifications, or those specifically informed by OSHA or the Bureau of Labor Statistics are exempt from maintaining these records. However, all employers must report incidents resulting in fatalities or serious injuries. Employers must complete OSHA Forms 300 and 300A, which entail logging incidents and summarizing totals annually. They should retain these records for five years and post the summary from February 1 to April 30 each year. The log categorizes cases by injury or illness type, including specifics about incidents, affected body parts, and severity. Important definitions and instructions assist employers in recording incidents while respecting employee confidentiality in sensitive cases. The document serves to enhance workplace safety through accurate reporting and tracking of injuries and illnesses, promoting OSHA's mission of preventing workplace incidents. Employers seeking clarity or assistance are encouraged to contact OSHA or visit their website for further guidance.
    The document outlines an amendment to a solicitation related to contract N0025325Q0008, intended to address Pre-Proposal Inquiries (PPI) for a project managed by the Naval Undersea Warfare Center. It emphasizes the necessity for contractors to confirm their receipt of this amendment to avoid rejection of their proposals. The amendment includes responses to various inquiries regarding the project's specifications, such as modifications to ceiling installations, lighting requirements, and environmental standards. Key responses include: the acceptance of temporary removal and reinstallation of existing ceilings for access, preference for relocating fluorescent lights rather than permanent removal, specifications for securing openings overnight, and waiving stringent environmental coating requirements in favor of standard practices. The document finalizes by confirming color options for project materials and ensures that required escorts will be provided for the project. This amendment serves to clarify project requirements and ensure contractors have the adequate information to prepare comprehensive proposals, reflecting the government's goal of facilitating effective communication during the bidding process.
    Similar Opportunities
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting numerous service contract opportunities primarily under NAICS code 541330 (Engineering Services) utilizing the Seaport contract vehicle. These contracts encompass a wide array of support services, including acoustic trial and range sustainment, engineering and technical support, logistics, information technology, and business administration, with many contracts set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses (WOSB). The ongoing procurement activities indicate a robust demand for these services, with several contracts pending award or anticipated follow-on RFPs in the near future. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    NUWC Division Keyport Industry Engagement - Wednesday with the Deputy for Small Business
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division in Keyport, Washington, is hosting a monthly event titled "Wednesday with the Deputy for Small Business," aimed at engaging industry partners interested in contracting opportunities. This hybrid event will provide insights into the types of supplies and service contracts available, including set-aside opportunities, and will feature discussions with representatives from the Washington State APEX Accelerator and other Small Business Deputies. The event is particularly relevant for businesses with NAICS codes in construction, manufacturing, information services, professional and technical services, and educational services, among others, and is intended for SeaPort Multiple Award Contract (MAC) holders. Interested participants should note that space for in-person attendance is limited, and they can contact David Walz at david.e.walz.civ@us.navy.mil for further information. The next session is scheduled for December 17, from 10:00 AM to 11:00 AM, at Vibe Co-Works in Poulsbo, WA, with a virtual option available via Microsoft Teams.
    W912DW25B0009 Grays Harbor North Jetty Repair
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Grays Harbor North Jetty Repair project located in Ocean Shores, Washington. This procurement aims to address critical repairs to the jetty, which is essential for maintaining navigational safety and environmental protection in the area. The project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors should note that several amendments have been issued, with the latest updates provided in the attached documents. For further inquiries, potential bidders can contact Hien Ho at hien.ho@usace.army.mil or Alex Marcinkiewicz at alex.r.marcinkiewicz@usace.army.mil.
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers, specifically part numbers KC-LPD-017-03 and KC-LPD-017-HC. This procurement is a sole-source, firm-fixed-price contract, emphasizing the importance of these components for naval operations and ensuring compliance with federal regulations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.
    Hardwood Range WISS v5 Tower
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the construction and installation of two 80-foot towers at the Hardwood Range in Necedah, Wisconsin. This project aims to enhance the Target Area Surveillance and Safety System (TASSS) for the Weapons Impact Scoring Set (WISS) program, which is critical for improving surveillance, safety, and scoring accuracy during operations. The contract, estimated to be valued between $100,000 and $250,000, requires adherence to various industry standards and federal regulations, with a performance timeline of 120 calendar days following the notice to proceed. Interested small businesses must submit their proposals electronically by the specified deadline to Julian Garibay at julian.p.garibay.civ@us.navy.mil, ensuring they are registered in SAM and comply with all outlined requirements.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.