NSWC Bldg 3659 - Crane, Indiana
ID: W912QR-24-NSWC-CRANE-BLDG3659Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

PSC

CONSTRUCTION OF LABORATORIES AND CLINICS (Y1DB)

Set Aside

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

    Special Notice: DEPT OF DEFENSE - DEPT OF THE ARMY is planning to issue a Request for Proposal (RFP) for a construction project at Naval Surface Warfare Center (NSWC) Crane, Indiana. The project involves the construction of a 12,000 SF facility, including office areas, lab areas, network area, and shower/restrooms. The scope of work includes site work, building siting, grading, utility service, sidewalks, and storm water management. The project will require NMCI, RDTE, and telecommunications. The anticipated solicitation release date is October 20th, 2023. The project is estimated to have a construction magnitude between $5,000,000 and $10,000,000. The contract will be a Firm-Fixed-Price (FFP) contract, and it is set aside for small businesses. The NAICS code for this project is 236220 Commercial and Institutional Building Construction. Interested contractors can find more details in the solicitation on the System for Award Management Contract Opportunities website.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    Construction - B1320 Second Floor Alterations
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting proposals for the construction project titled "B1320 Second Floor Alterations." This project involves alterations to the second floor of Building B1320 and is exclusively set aside for small businesses, with an estimated contract value between $25,000 and $100,000. The work is critical for enhancing the infrastructure of the facility, reflecting the government's commitment to supporting small business participation while adhering to strict safety and compliance standards. Proposals are due by February 25, 2025, and interested contractors must attend a mandatory site visit on February 18, 2025, requiring pre-registration and valid visit requests. For further inquiries, contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which includes the demolition of existing structures and is estimated to have a budget ranging from $25 million to $100 million. The facility is critical for enhancing operational capabilities for Navy personnel, emphasizing compliance with federal construction standards and safety regulations. Interested contractors must submit their proposals electronically by January 31, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    Construction of an Indoor Small Arms Range (ISAR) located in Grissom Air Reserve Base, IN.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of an Indoor Small Arms Range (ISAR) at Grissom Air Reserve Base in Indiana. This project involves comprehensive demolition and construction activities, including the management of hazardous materials and adherence to environmental safety standards, with an estimated construction cost between $10 million and $25 million. The ISAR is crucial for enhancing military training capabilities while ensuring compliance with federal regulations, particularly concerning worker safety and environmental protections. Interested contractors must submit their sealed bids electronically by March 4, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Buyer not available
    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.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Buyer not available
    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.
    Invasive Species Control at the Naval Support Activity, Crane, Indiana
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified contractors for invasive species control at the Naval Support Activity in Crane, Indiana. The objective of this procurement is to manage and mitigate the impact of invasive species in the area, which is crucial for maintaining the ecological balance and supporting local biodiversity. This contract is set aside for small businesses under the SBA guidelines, and interested parties should note that the primary contact for inquiries is Colleen Mckinney, who can be reached at colleen.l.mckinney4.civ@us.navy.mil or by phone at 812-381-5507. Additional contact information is available for Carrie Grimard at carrie.l.grimard.civ@navy.mil. The presolicitation notice indicates that further details will be provided as the procurement process progresses.
    IN ANG Small Indoor Arms Range
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design and construction of an Indoor Small Arms Range at the Hulman Air National Guard in Terre Haute, Indiana, under Solicitation Number W912QR-22002077A. The project entails constructing a 10-lane small arms range and a 1,350 square foot Combat Arms Training and Maintenance (CATM) facility, with an estimated cost exceeding $10 million, and emphasizes compliance with federal construction codes and safety regulations. This initiative is crucial for enhancing military training capabilities and ensuring regulatory compliance, with proposals due by 11:00 AM ET on February 25, 2025. Interested bidders must register in the SAM database, submit detailed price proposals via email, and direct inquiries to Stephanie Drees at stephanie.n.drees@usace.army.mil or by phone at 502-315-3270.
    Construction-B1259 1st Floor Bathroom Renovation Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Newport, is soliciting proposals for the B1259 1st Floor Bathroom Renovation Project, a construction contract exclusively set aside for small businesses. The project aims to renovate bathroom facilities and is budgeted between $100,000 and $250,000, with a proposal deadline of February 20, 2025, and a mandatory site visit scheduled for February 5, 2025, to ensure compliance with technical requirements. Interested contractors must be registered in the System for Award Management (SAM), provide a bid guarantee, and adhere to safety protocols, with performance and payment bonds required. For further inquiries, contractors can contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.
    N62473-24-R-0046 P-180 Naval Innovation Center, NSAM, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the construction of the P-180 Naval Innovation Center located at Naval Support Activity Monterey, California. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance the capabilities of the Naval Innovation Center. The procurement process is critical for ensuring that qualified contractors can effectively contribute to the development of this facility, which is vital for advancing naval innovation and technology. Interested contractors should direct their inquiries to Baylee Hubbell at baylee.e.hubbell.civ@us.navy.mil or Christina Laudick at christina.d.laudick.civ@us.navy.mil, with the proposal submission details and deadlines outlined in the solicitation documents.