Construction - NUWCDIVNPT Facilities Stairwell Renovation Project
ID: N6660425Q0084Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the Facilities Stairwell Renovation Project, which involves upgrading multiple stairwells across various buildings in Newport, Rhode Island. This project aims to enhance facility safety and compliance, ensuring that the renovated areas meet strict safety and performance standards while facilitating frequent inspections by the Government. The contract is set aside exclusively for small businesses, with a cost estimate between $100,000 and $250,000, and proposals are due by November 25, 2024. Interested contractors must register in SAM.gov, acknowledge receipt of the solicitation amendment, and comply with the Davis-Bacon wage determinations, with a site visit scheduled for November 6, 2024. For further inquiries, contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil or Alexander Olarte at alexander.olarte.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines wage determinations for construction projects in Rhode Island, applicable to building, heavy, and highway construction statewide. It emphasizes adherence to the Davis-Bacon Act, mandating that workers receive minimum wage rates per Executive Orders 14026 and 13658 based on contract dates. For contracts effective from January 30, 2022, the required minimum wage is $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The file categorizes numerous labor classifications, detailing rates and fringes for various roles, including hazardous material handlers, electricians, and welders, while marking additional pay for hazardous work. It also includes information about paid holidays, labor classification identifiers, and guidelines for appeals on wage determinations. These determinations enforce fair compensation practices for federal contractors, ensuring compliance with government regulations. Overall, the document serves as a crucial resource for contractors involved in federal and state projects, outlining compliance standards critical for successful project execution.
    The Facilities Stairwell Renovation Project aims to upgrade stairwells in several buildings at the Naval Undersea Warfare Center in Newport, RI. Proposals for the project are due on November 25, 2024. This solicitation is a sealed bid with a cost estimate between $100,000 and $250,000, exclusively set aside for small businesses. A bid guarantee and registration in the System for Award Management (SAM) are mandatory. The contractor is required to complete the work within 180 calendar days after award and follow strict safety and performance standards, including submitting technical information with their proposal. A site visit is scheduled for November 6, 2024, where participants must pre-register and obtain a valid visitor authorization request. The contractor is responsible for ensuring compliance with all safety protocols and insurance requirements. The project intends to enhance facility safety and compliance while facilitating frequent inspections and oversight by the Government.
    The document is an amendment to Solicitation N6660425Q0084, issued by the Naval Undersea Warfare Center (NUWCDIVNPT). The primary purpose of Amendment 0001 is to provide a new attachment detailing the RI Davis Bacon Wage determination dated October 11, 2024, which is essential for compliance with wage and labor standards in federal contracting. The amendment also reflects updates in the table of contents related to supporting documents, including renovation specifications, drawings, and paint instructions. The order is classified as a DO-C2 rated order for national defense, emphasizing the importance of the work involved. Contractors must acknowledge receipt of this amendment to ensure their offers are considered timely. All other solicitation terms remain unchanged, reminding contractors of their obligation to comply with the updated requirements. The document is critical in ensuring transparency and adherence to federal regulations during the contracting process, particularly in projects requiring careful wage oversight and compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Construction - NUWCDIVNPT B1320 Rm 281&282 Renovation Project
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the renovation of rooms 281 and 282 in Building B1320, located in Newport, Rhode Island. This construction project, estimated to cost between $100,000 and $250,000, is specifically set aside for small businesses under NAICS Code 236220, emphasizing the government's commitment to engaging small enterprises in federal contracting. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by November 25, 2024, following a mandatory site visit scheduled for November 6, 2024. For further details, including specifications and wage determinations under the Davis-Bacon Act, interested parties can contact Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil or Alexander Olarte at alexander.olarte.civ@us.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.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Newport, Rhode Island. The procurement aims to engage contractors who can assess, manage, and enhance the facilities, equipment, and systems within the naval station, ensuring operational efficiency and compliance with established standards. This initiative is critical for maintaining the integrity of military infrastructure and supporting ongoing naval operations. Proposals are due by October 24, 2024, and interested parties can contact Melinda Robinson at melinda.l.robinson@navy.mil or call 757-341-0690 for further information.
    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.
    HVAC Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport, is seeking proposals for HVAC maintenance and repair services under solicitation N66604-25-R-0046, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract requires comprehensive support for HVAC systems, including preventive maintenance, repairs, and compliance with safety standards, focusing on various equipment types such as chillers and air handling units. This procurement underscores the importance of maintaining operational efficiency and safety in federal facilities, with a commitment to high standards in facility management. Interested contractors must submit their proposals electronically by November 12, 2024, at 10:00 AM EST, and can direct inquiries to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or Christopher J. Kenney at christopher.j.kenney@navy.mil.
    Pier 11 Partial Demolition
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Pier 11 Partial Demolition project at Naval Station Norfolk, Virginia. This project involves the partial demolition and reconstruction of structures at Pier 11, with a budget estimated between $1,000,000 and $5,000,000, and is restricted to contractors holding Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contracts (MACC) for Design-Build and Design-Bid-Build waterfront construction projects. Proposals are due by November 20, 2024, with a mandatory site visit scheduled for October 28, 2024. Interested contractors should direct inquiries to Natalya Kuti at natalya.kuti.civ@us.navy.mil or Kathryn Arnold at kathryn.arnold.civ@us.navy.mil for further details.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    DT-100 STAVE PRODUCTION
    Active
    Dept Of Defense
    The Department of Defense, Naval Undersea Warfare Center Division in Newport, RI, seeks a small business contractor to produce DT-100 Staves for their submarine hydrophones and transducer systems. These critical components require precise manufacturing, testing, and delivery, adhering to stringent technical standards. The successful vendor will ensure compliance and provide progress reports, with the contract lasting five years. Expected contract award date: May 30, 2024.
    Demolition and Renovation of Lab
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors for the demolition and renovation of Lab Building 343 at Point Mugu, California. This project involves comprehensive upgrades, including the removal and replacement of ceiling tiles, lighting fixtures, and HVAC components, with a focus on adhering to safety and environmental regulations. The contract is set aside for small businesses, with a total estimated value between $100,000 and $250,000, and interested parties must submit their quotes by October 31, 2024. For further inquiries, contractors can contact Donell Sims at donell.e.duenassims.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil.
    ADA Door Openers
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the installation of ADA-compliant low-energy automatic door openers at Building 1003 in Keyport, Washington. The project involves providing and installing new door openers on two sets of double doors at the entrance and lobby, as well as a single door into the lunchroom, with a total estimated contract value between $50,000 and $100,000. This initiative is crucial for enhancing accessibility in compliance with the Americans with Disabilities Act (ADA), reflecting the government's commitment to improving public facility access. Interested small businesses must submit their proposals by the deadline, with the target award date set for December 13, 2024. For inquiries, contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or Kimberly Hammit at kimberly.s.hammit.civ@us.navy.mil.