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
    SMALL BUSINESS SET-ASIDE - Facility Maintenance - Track Well Bridge
    Buyer not available
    The Department of Defense, through the Naval Support Activity Crane, is soliciting proposals for a facility maintenance contract focused on the construction and management of a new track well bridge at their Indiana location. This project aims to enhance access to an anechoic chamber by constructing a bridge capable of supporting forklift traffic, while ensuring compliance with safety and environmental regulations. The contract is set aside for small businesses, with a total planned expenditure of approximately $47 million and a performance period of 120 days post-award. Interested parties should contact Kelly Kapanzhi or Kacey Jones via email for further details and to ensure compliance with submission requirements.
    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.
    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 P-909 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 will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    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.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    PRE-SOLICITATION NOTICE FOR DESIGN-BID-BUILD, NWC B686 CONOLLY HALL UPGRADES / NWC MODULAR BUILDINGS, NAVAL STATION NEWPORT, RHODE ISLAND
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is preparing to solicit bids for the design-bid-build project involving upgrades to Conolly Hall and modular buildings at Naval Station Newport in Rhode Island. The procurement aims to enhance the existing facilities, ensuring they meet current operational standards and requirements. This construction project is critical for maintaining the infrastructure necessary for naval operations and supporting personnel at the station. Interested contractors can reach out to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Shayna Eichner at shayna.t.eichner.civ@us.navy.mil for further details, with the project classified under NAICS code 236220 and PSC code Y1JZ.
    REACT Relocatable Modular
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, is soliciting quotes for the REACT Relocatable Modular project, which involves the design, construction, and installation of a modular facility compliant with Intelligence Community Directive (ICD) 705 standards. This procurement aims to establish a secure facility that meets specific requirements for fire safety, IT infrastructure, and security measures, including RF shielding and sound insulation, essential for operations involving sensitive information. The contract is set aside for small businesses, with a firm fixed price format, and requires proposals to be submitted by January 24, 2025, following a series of amendments that have extended the deadlines and clarified requirements. Interested contractors should direct inquiries to Theresa Lee at seunghwa.t.lee.civ@us.navy.mil or call 760-608-6780 for further details.
    Repair Ammunition Rail Trestle & Culvert, Naval Weapons Station Earle (NWSE), Colts Neck, New Jersey
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking contractors for the repair of the Ammunition Rail Trestle and Culvert at Naval Weapons Station Earle in Colts Neck, New Jersey. The project involves the repair of sixteen degraded corrugated metal pipe culverts, including tasks such as dewatering, vegetation removal, and compaction grouting, with a completion timeline of 455 calendar days post-award. This unrestricted solicitation is expected to be issued around April 15, 2025, with a contract value estimated between $10 million and $25 million, and interested parties should contact Mary Pool at mary.pool@navy.mil for further inquiries. All prospective offerors must be registered in the System for Award Management (SAM) to participate in this procurement.
    Y--P791Small Arms Testing and Evaluation Center (SATEC) Range Expansion, JEB Little Creek Fort Story Virginia Beach, Virginia
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the expansion of the Small Arms Testing and Evaluation Center (SATEC) Range at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves the construction of seven new training buildings made of reinforced concrete, capable of withstanding ballistic impacts and repetitive breaching. The buildings will support lighting, video monitoring, sound, and other equipment. Additionally, a new Range Control Building will be constructed for control, safety, and monitoring activities. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of the contract is August 2018, with a completion time of 605 calendar days after award.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.