Electric Vehicle Charging Station Design & Installation, Naval Station Newport
ID: 6021480Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the design and installation of electric vehicle charging stations at Naval Station Newport, Rhode Island. The project aims to enhance the infrastructure supporting Government fleet vehicles by providing Level 2 charging facilities at Buildings 1, A63, and A9, in alignment with federal initiatives to reduce emissions. This procurement is critical for advancing sustainable transportation solutions within military operations, with a contract value estimated between $1 million and $5 million, to be completed within 365 days of award. Interested contractors must submit proposals by August 21, 2024, and can direct inquiries to Kristin Zambarano at kristin.l.zambarano.civ@us.navy.mil or by phone at 860-694-5625.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Request for Proposal (RFP) for a small project involving the installation of Electric Vehicle Charging Stations at Coddington Cove, Newport, RI. It is structured into six main parts, which delineate proposal forms, general requirements, project scope, material specifications, prescriptive specifications, and project attachments. Key areas covered in the document include contract administration requirements, project specifications, quality control measures, contractor obligations, and safety protocols. The RFP emphasizes the importance of a quality assurance program and mandates adherence to federal regulations regarding construction standards, environmental protection, and accessibility. The contractor must establish a quality control plan, secure necessary permits, and adhere to a strict schedule for design and construction phases. Detailed submittal procedures are outlined along with expectations for budget management and progress tracking. Furthermore, the document stresses the importance of communication with the Contracting Officer and compliance with security regulations on military installations. Overall, this RFP underlines the government’s commitment to integrating sustainable practices and ensuring project quality, safety, and compliance through structured design and construction processes.
    The document outlines a project proposal for the installation of electric vehicle (EV) charging stations at Naval Station Newport, Rhode Island, specifically detailing the existing conditions, conceptual plans, and utilities for three buildings: Building 1, Building A63, and Building A9. It includes detailed construction guidelines, specifications for electrical equipment, and parking area alterations, emphasizing the importance of adhering to safety regulations such as OSHA standards. The project scope involves paving, utility management, and installation of electric charging infrastructure to support sustainable transportation initiatives. Important elements include the environmental review checklist, soil management plans, and the design guidance for EV facilities. The intent is to enhance the facility's capabilities while ensuring compliance with federal and state regulations concerning safety, environmental protection, and construction practices. The complexity of the project necessitates a thorough understanding of existing utilities, with advance planning for excavation and utility shut downs. The document serves as a comprehensive guide to support the execution of the proposed upgrades while maintaining safety and environmental integrity.
    The document outlines the wage determination for construction projects in Rhode Island under the Davis-Bacon Act, applicable to building, heavy, highway, and marine construction statewide. It specifies minimum wage rates associated with Executive Orders 14026 and 13658, mandating that workers on contracts awarded after specified dates must be paid at least $17.20 or $12.90 per hour, depending on contract circumstances. The file lists various trade classifications, their corresponding wage rates, and fringe benefits for skilled laborers such as electricians, carpenters, and laborers. Specific rates for hazardous materials handlers, welders, and other specialties are also provided. Additional provisions include paid sick leave under EO 13706, ensuring workers’ rights, and stipulations for unlisted classifications. This wage determination is essential for compliance with federal contracting regulations and ensures fair compensation for labor involved in public construction projects.
    The document outlines the mandatory inclusion of FAR 52.204-24 and 52.204-25 in federal solicitations and RFPs regarding telecommunications and video surveillance services or equipment. As of August 2020, all proposals must confirm whether the offeror provides or uses covered telecommunications equipment as per the John S. McCain National Defense Authorization Act of 2019, which prohibits executive agencies from obtaining such equipment. The provision defines "covered telecommunications equipment or services" and specifies procedures for offerors to disclose relevant information if applicable. Key points include the definitions of critical technologies, the prohibition against contracting for covered equipment, and the obligation for offerors to check the SAM for excluded parties. It also mandates detailed disclosure for offerors who indicate they will provide covered equipment or services, including the identity of the producer, descriptions, and justifications for usage. This information ensures compliance with federal laws aimed at safeguarding government contracts from potential security risks associated with certain telecommunications systems, thereby strengthening national security protocols.
    The document outlines the requirements and protocols for utilizing the Naval Facilities Engineering Command's (NAVFAC) Electronic Construction and Facility Support Contract Management System (eCMS) for managing electronic technical submittals and documents during construction projects. It specifies the necessity of web-based data management, indicating that paper or email submissions are generally prohibited unless eCMS is unavailable. User access is controlled through assigned roles, and approval from the Contracting Officer's Representative (COR) is required for specific submissions. The document specifies system requirements, including the need for a digital identification for secure access and the provision of a tablet for governmental use at job sites. It addresses security classifications for construction data, mandating unclassified use and proper markings for documents labeled as "For Official Use Only" (FOUO). Additionally, it emphasizes the importance of maintaining accurate records and properly designating project documentation types to ensure compliance with governmental guidelines. Overall, the document serves to streamline the contracting process and safeguard sensitive information while maintaining project integrity and compliance within the federal framework.
    The document outlines a Request for Information (RFI) process under Contract Number RFP 5997283, aimed at addressing specific inquiries from contractors. It emphasizes that RFI responses do not authorize contractors to proceed with work, which is at their own risk, and mandates that any perceived changes to contract conditions must be reported to the Contracting Officer within 20 days. The instructions clarify the roles of a prime contractor and subcontractors, specifying that responses should not be viewed as contractual modifications. Responses must be documented with signatures to ensure accountability. This RFI system supports the efficient management of contractor inquiries while safeguarding the integrity and terms of the original contract. The distributed information will be archived through designated channels, ensuring proper oversight in the construction phase. Overall, the document ensures compliance and communication within the context of federal contracting and project management.
    The document outlines a Request for Proposal (RFP) for the installation of electric vehicle charging stations at NAVSTA Newport, Rhode Island, specifically for buildings B1, A63 South, A63 North, and A9. It details various Contract Line Items (CLINs), including the base price for design and construction of charging stations at selected locations as well as optional items for additional construction work. The summary includes a total price format for each CLIN and specifies that the completion time is generally set at 365 days for the base contract without any additional time for option CLINs. Key points include the government’s right to award optional items unilaterally within 120 days of the initial contract award and a stipulation for a firm fixed price, with no provisions for price adjustments. The document emphasizes the importance of appropriate pricing to avoid an unbalanced bid and mandates bonding for any exercised options. The structure consists of general instructions, specific CLIN details, and notes relevant to bidders. This RFP underlines the government's commitment to expanding electric vehicle infrastructure and adhering to systematic procurement processes aligned with federal guidelines.
    This government document pertains to the amendment of a solicitation for the Newport EV Charging Stations project under Contract ID N40085. It outlines the procedures that must be followed to acknowledge receipt of the amendment prior to the specified deadline. Offers can be acknowledged either by returning specific items or through separate communication referencing the solicitation and amendment numbers. It highlights the importance of timely acknowledgment to avoid rejection of offers. The document is structured to include sections dedicated to amending the solicitation and modifying contract details. Specific details concerning the contracting authority, project number, and locations of issuing offices are provided, along with notes on the procedural requirements for submitting changes to existing offers. Notably, the acknowledgment of the amendment does not require the contractor's signature but must reach the designated receiving location on time to remain valid. This document illustrates the standard procedures and requirements for federal grant and request for proposal processes, reflecting the structured nature of government contracting.
    The document addresses an amendment to Solicitation 6021480 concerning the Newport Electric Vehicle Charging Stations project. It outlines the procedures for acknowledging receipt of the amendment, which is essential for participants to avoid potential rejection of their offers. Contractors can acknowledge the amendment through various methods, including returning specified items or through separate correspondence referencing the solicitation number. The amendment states that the proposal deadline has been extended to 12 PM ET on August 21, 2024, and indicates that the deadline for submitting Requests for Information (RFI) has passed. The document maintains the original terms and conditions of the solicitation while updating the submission timeline. Specific details such as contract ID codes, issuance offices, and facility codes are provided for clarity. Overall, the amendment serves to inform potential contractors of crucial updates regarding the proposal process for this government project.
    This document addresses inquiries related to a government project involving electric vehicle (EV) charging installations. Key points include the non-extendable RFI deadline due to fiscal constraints and the applicability of the Buy American Act. The document outlines details on the delivery timeline for transformers, specifies procedures for existing EV charger disconnections, and addresses infrastructure requirements, including electrical distribution for new chargers located at specific buildings (A9 and A63). Modifications to the project's scope include provisions for metering and the connection of new transformers to existing primary conduits, ensuring compliance with automated metering systems. Overall, the document serves as a guideline to contractors on technical specifications and requirements for participating in this government RFP initiative focused on enhancing EV infrastructure while adhering to federal regulations and fiscal timelines.
    The document outlines a Request for Proposals (RFP) for a design/build project focused on developing electric vehicle (EV) charging facilities across multiple buildings. Key aspects of the project include converting a gravel parking area into an asphalt lot at Bldg 1 and making necessary site improvements to facilitate the installation of EV charging stations at buildings A63North, A63South, and A9. The document emphasizes the design/build nature of the project, requiring contractors to adhere to federal, state, and local regulations, including resource guidelines from the Whole Building Design Guide. Specific requirements mention the provision of Level 2 dual-port ChargePoint EV charging stations, staffing arrangements for electric lighting, and stipulations against using precast concrete for transformer pads. Additionally, drainage improvements for parking areas and site restorations after EV facility installations are necessary but vary by building, with Bldg A63 requiring minimal alterations as its parking is already in place. Overall, the RFP seeks comprehensive responses that reflect adherence to established design and construction criteria while emphasizing the enhancement of EV infrastructure and related site conditions.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic has issued a Request for Proposal (RFP) for the design and installation of electric vehicle charging stations at Naval Station Newport, RI. The project, under RFP ID ACQR 6021480, targets Government fleet vehicle needs and supports initiatives to reduce emissions. The selected contractor will design three facilities (Buildings 1, A63, A9) encompassing site improvements and necessary electrical infrastructure. The contract is intended for specific awarded contractors with a project magnitude estimated between $1,000,000 to $5,000,000, to be completed within 365 days of contract award. Interested parties must attend a scheduled site visit and submit proposals by August 13, 2024. Key evaluation criteria include price, with the contract awarded to the lowest evaluated price conforming to specifications. All proposals are required to meet federal guidelines, including submission of relevant certifications and bid guarantees. This solicitation emphasizes the federal government’s ongoing commitment to energy efficiency and environmental responsibility.
    The document details a site visit log for a solicitation regarding the design and installation of Electric Vehicle Charging Stations. It specifies important dates, including a site visit scheduled for July 18, 2024, a Request for Information (RFI) deadline of July 25, 2024, and a proposal submission deadline on August 13, 2024, all in Eastern Time. Interested parties must submit questions in writing via a provided email. The log includes the names and contact information of attendees from various companies, highlighting participation and interest in the project. This solicitation reflects the federal government's commitment to expanding electric vehicle infrastructure while engaging potential contractors through a structured bidding process, ensuring transparency and competition in public procurement. The document's structure succinctly outlines timelines and contact procedures, facilitating clear communication for stakeholders involved in the project.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The contractor will provide labor, management, supervision, tools, material, and equipment necessary for various services including Facilities Support Services, Facility Planning and Asset Management Services, and Base Support Vehicles and Equipment. The contract will be a combination Firm-Fixed Price/Indefinite Quantity type and will be awarded to the best value offeror using tradeoff analysis. The contract will have a base period with four one-year option periods, not exceeding sixty months. The estimated proposal due date is at least 30 days after the RFP is posted on or about January 24, 2019. Contractors must register in the System for Award Management (SAM) database to be eligible for award.
    Naval Power & Energy Systems Technology Development Roadmap (NPES TDR) Update
    Active
    Dept Of Defense
    The U.S. Navy, through the Naval Sea Systems Command (NAVSEA), seeks industry insights to update its Naval Power and Energy Systems Technology Development Roadmap (NPES TDR). The goal is to align naval power systems with evolving technologies, ensuring the fleet's combat readiness. This Request for Information (RFI) is a strategic move to gather intelligence on current and emerging trends in the industry, especially those that can enhance the Navy's power and energy systems. The update aims to future-proof naval operations by fostering innovation that meets the demands of emerging loads. The Navy wants to improve the agility, efficiency, and support mechanisms of its power and energy systems, primarily through advancements in prime movers, generation, propulsion motors, distribution, conversion, controls, and thermal management. Additionally, the Sea Systems Command wants to understand industry capabilities in integration, systems engineering, modeling, simulation, and digital twins to enhance the Navy's strategic advantages. This RFI is crucial for the Navy to benchmark industry advancements, enabling them to shape their technology development and investment strategies. The information gathered will significantly influence the NPES TDR update, guiding future procurement decisions and ensuring the fleet's technological edge. Respondents are encouraged to share their insights, especially on enhancing system performance, reducing costs, and improving survivability. The RFI document is divided into three sections: General Information: Focuses on the state-of-the-art technology, industry trends, and commercial product advancements. Technology Trends: Explores advancements in functionality, power density, reliability, and scientific innovations. Product-Specific: Directed towards prime movers, propulsion motors, power generation, distribution, and more, with an emphasis on specific improvements. Industry participants are vital to this process and can shape the Navy's technological trajectory by responding to the RFI. The deadline for submissions is extended to September 19, 2024, and the Navy encourages respondents to share their expertise and insights freely. For clarification or further information, interested parties can contact Sakeena Siddiqi at sakeena.siddiqi@navy.mil or Tyler Pacak at tyler.pacak@navy.mil.
    NUWCDIVNPT Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice issued by the Department of Defense, Department of the Navy, NUWC DIV Newport, for a Multiple Award Construction Contract (MACC) in Newport, RI. The MACC will have a total contract period of five years and will include various projects such as roofing, renovations, HVAC, painting, paving, low impact development, environmental/hazardous material abatement, and concrete/foundation work. The contractor will be responsible for providing management, labor, materials, equipment, transportation, supervision, and security controls for maintenance, repair, and minor construction projects at NUWCDIVNPT. The estimated contract value is over $10,000,000. The procurement is a 100% small business set-aside, and the NAICS code is 236220. The RFP is expected to be released in December 2023. Potential offerors must be registered in SAM to be eligible for award. Contact information for inquiries is provided.
    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. The project aims to enhance the electrical infrastructure and ensure the reliability of power supply at the naval station, which is critical for operational readiness. Interested contractors should note that the procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and the PSC code Z2NZ, which pertains to the repair or alteration of utilities. For further inquiries, potential bidders can contact Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846.
    61--CHARGER,BATTERY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of battery chargers. The procurement requires vendors to provide firm fixed prices for full repairs, not-to-exceed prices for units in "like new" condition, and pricing for items deemed beyond repair. These chargers are critical components for military operations, necessitating compliance with stringent quality assurance and inspection standards. Interested contractors should submit their quotes, including all required information, to Andrea Rhone at 717-605-1125 or via email at ANDREA.RHONE@NAVY.MIL, with the deadline for submissions extended as per the latest amendment to the solicitation.
    NRP,UPS POWER SUPPL
    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 manufacture of NRP, UPS Power Supply units. The procurement aims to fulfill specific quality and design requirements, with an increased quantity of 10 units now being sought under this contract. These power supply units are critical for various defense applications, ensuring reliable electrical power in non-rotating converter systems. Interested vendors must submit their proposals by the extended deadline of October 3, 2024, and can reach out to Jamie Kershaw at 717-605-3233 or via email at JAMIE.KERSHAW@NAVY.MIL for further information.
    Preventative Maintenance, Repair and Alteration of Heating, Ventilation, and Air Conditioning (HVAC) Equipment, Central Chilled Water Plant and Refrigeration Systems components at the Naval Complex, Newport, Rhode Island and Other Areas of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for a Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the preventative maintenance, repair, and alteration of Heating, Ventilation, and Air Conditioning (HVAC) equipment, as well as Central Chilled Water Plant and refrigeration systems at the Naval Complex in Newport, Rhode Island. The contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to fulfill recurring and non-recurring service requirements, including emergency service orders and a comprehensive Preventative Maintenance Program. This procurement is critical for maintaining operational efficiency and safety at the facility, with a projected yearly contract value of at least $900,000 and a total potential duration of five years, including optional extensions. Interested contractors must register in the System for Award Management (SAM) to submit proposals and receive updates, with the solicitation expected to be posted on SAM.gov around September 26, 2024. For further inquiries, contact Melinda Robinson at melinda.l.robinson@navy.mil or 757-341-0690.
    REPAIR RUSTED LIGHT POLES, VARIOUS BUILDINGS, NAS OCEANA, DAM NECK ANNEX
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the replacement of rusted light poles at various buildings within the Dam Neck Annex of NAS Oceana in Virginia Beach, Virginia. The project involves replacing light poles, securing electrical power in compliance with safety protocols, and ensuring minimal disruption to ongoing operations, with a completion timeline of 180 days post-award. This initiative is critical for maintaining safety and operational functionality at military installations, reflecting the government's commitment to infrastructure integrity. Interested contractors must submit their proposals by October 15, 2024, and can direct inquiries to Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil, with the project budget estimated between $250,000 and $500,000.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    Removal and Installation of Uninterrupted Power Supplies (UPS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for the removal and installation of Uninterruptible Power Supplies (UPS) at Camp Lejeune, North Carolina. The procurement involves the acquisition of three Eaton UPS systems (Model 9PXM12S20K) along with installation and startup services, aimed at replacing outdated systems to support critical telecommunications for Marine Corps Installations East. This initiative is vital for ensuring operational continuity and compatibility with existing infrastructure, as the selected equipment is essential for standardization and maintenance efficiency. Interested small businesses must submit their proposals, including a technical capability statement and pricing, by 10:00 AM on September 19, 2024, with inquiries directed to Robert Anderson at robert.anderson@usmc.mil or by phone at 910-451-3011.