Design Build – Replace Surfaces at Nimitz Field and NAPS McCool Track, NAVAL STATION NEWPORT, NEWPORT, RI
ID: N4008524R5722Type: 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

REPAIR OR ALTERATION OF RECREATION FACILITIES (NON-BUILDING) (Z2PA)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
    Description

    The U.S. Navy's Naval Facilities Engineering System Command (NAVFACSYSCOM) seeks experienced contractors for a local area set-aside design-build project in Newport, Rhode Island. NAVFACSYSCOM aims to transform sports facilities at Naval Station Newport, primarily the Nimitz Athletic Field and the McCool Running Track, by replacing surfaces, enhancing drainage, and installing electrical conduits. This project prioritizes environmental considerations, detailed soil management, and erosion control plans, with strict guidelines for managing disturbed soils.

    Contractors will undertake a comprehensive overhaul of the Nimitz Field, replacing the artificial turf, removing a manhole, and optionally extending the turf to adjacent areas. The McCool Track will also be resurfaced, and the perimeter drain system upgraded. Additionally, the project encompasses improving the long jump and pole vault surfaces, along with other track and field areas. The Navy seeks a time-efficient completion, with a design deadline by March 2025 and a construction window from mid-May to July 2025.

    Eligible bidders are limited to those holding Multiple Award Construction Contracts for the Newport/New London region, and a site visit is scheduled for 22 August 2024. In accordance with environmental regulations, successful contractors will implement meticulous soil management and erosion control measures. The Navy intends to award the contract based on the lowest acceptable price, with particular attention to the base bid and optional add-ons.

    Contact Stefan Nassaney at stefan.nassaney@navy.mil or 401-841-4443 for more information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Navy's Naval Facilities Engineering System Command seeks contractors for a design-build project to replace athletic surfaces at Naval Station Newport in Rhode Island. The work involves overhauling the Nimitz Field artificial turf and the McCool Track, including removal of an abandoned manhole, with options to extend the project to adjacent areas. Contractors must submit proposals by 13 September 2024, with an estimated contract completion date of 31 July 2025. The Navy intends to award the contract based on the lowest acceptable price, with evaluations focused on the total price for the base bid and potential options. Eligible contractors are restricted to those holding Multiple Award Construction Contracts for the Newport/New London region. A site visit is scheduled for 22 August 2024, and interested parties must adhere to badging procedures.
    The Naval Station Newport in Rhode Island seeks construction services for the NAPS Track and Athletic Field project. The primary objective is to resurface the McCool running track, including work on the perimeter drain system and LID. This base bid also entails replacing the athletic field turf, concrete curbs, and manhole removal. Additionally, the project involves upgrading the long jump and pole vault surfaces and enhancing the warm-up stretching area. Two options are presented: installing athletic turf in semicircular areas and providing electrical power to the press box. Offerors should provide lump-sum prices for each CLIN, with the contract duration planned for 298 days. Critical dates include a design completion deadline of March 31st, 2025, and a construction window from mid-May to July 31st, 2025.
    The government seeks to transform the Nimitz Athletic Field and McCool Track, aiming to enhance its sports facilities. The primary objective is to replace the surfaces of the athletic field and running track, improving drainage and safety. This involves removing existing turf and resurfacing with a dual-fiber artificial turf system, shock absorption pads, and new drainage systems. The track's surface will be upgraded with synthetic rubber, and drainage improvements will be made. Additionally, clay long-jump paths and sand landing pits will be refilled and repaired. Options include installing artificial turf in semicircular areas and providing electric power to the press box. Contractors will need to exercise caution around existing utilities, following safety protocols for excavation work. The detailed scope, submission requirements, and evaluation criteria are outlined in the attached documents, providing a comprehensive overview for interested parties.
    The Department of the Navy seeks to prevent soil erosion and sedimentation during construction and land-disturbing activities at Naval Station Newport. To achieve this, it has issued NAVSTANPTINST 5090.21B, which outlines requirements for Soil Erosion and Sediment Control (SESC) Plans. These plans are essential for managing land disturbance, topsoil disruption, and potential pollution sources. The instruction emphasizes the importance of following Rhode Island's stormwater management rules and SESC guidelines. It defines the necessary content and approval process for these plans, including their preparation by qualified professionals. Registered engineers, landscape architects, or certified erosion control specialists must prepare the plans, which should adhere to the RI SESC Plan Template. The focus is on ensuring effective erosion and sediment control measures, with the SESC plan playing a crucial role in achieving this goal. The Navy will retain responsibility for these plans throughout the project's duration. This instruction is a crucial measure to maintain the integrity of the naval base and protect the surrounding environment.
    The Naval Station Newport in Rhode Island seeks to manage and remediate contaminated soil across its property. The primary objective is to handle and dispose of soils containing excessive arsenic, restricting their use to industrial or commercial purposes. The RFP outlines meticulous protocols for managing disturbed or excavated soil during construction, demolition, or maintenance projects. This involves restricting access to the site, employing dust suppression techniques, and mandating personal protective equipment for workers. Soil excavation and handling procedures are detailed, including strict requirements for storage, testing, and disposal. The Navy aims to minimize health risks and adhere to state environmental regulations. Key dates and project timelines are mentioned, although specific contract details and evaluation criteria are lacking. The focus is on establishing a comprehensive Soil Management Plan to guide future construction and maintenance activities while ensuring environmental compliance and worker safety.
    The Unified Facilities Criteria (UFC) document details requirements for designing fitness centers used by the DOD United States Armed Forces. It aims to standardize planning and design practices across military branches. The procurement objective is to construct new fitness centers or renovate existing ones according to specified criteria. The UFC provides detailed information on facility location, size, and layout, emphasizing access, cost-effectiveness, and future expansion potential. It mandates compliance with antiterrorism and force protection guidelines. The document includes a comprehensive space program, outlining core and optional areas such as lobbies, gyms, and locker rooms, with specific requirements for each space. Design criteria cover architecture, interior construction, finishes, and services such as plumbing, HVAC, and electrical systems. The design should enhance accessibility, incorporate sustainable practices, and use high-quality materials for durability and low maintenance. Furnishings, fixtures, and equipment requirements are outlined, including fitness equipment to be funded through non-appropriated sources. Site design considerations include parking, landscaping, and service access, ensuring adequate space for service vehicles and emphasizing the facility's visual appeal and safety. Contractors will need to closely coordinate with individual military branches, as some provisions vary by service. This procurement seeks to implement these design standards, with key dates driven by the military's project timelines. Evaluation of proposals will prioritize compliance with the detailed criteria outlined in this UFC, ensuring fitness centers that meet the needs of service members and DOD civilians.
    The U.S. Navy seeks to upgrade sports facilities at Naval Station Newport in Rhode Island. The primary objective is to enhance the Nimitz Athletic Field and McCool Running Track by replacing surfaces, improving drainage, and adding electrical conduits. This project involves careful consideration of environmental factors, as outlined in the National Environmental Policy Act (NEPA) and the Clean Air Act. The Navy aims to replace the artificial turf on the Nimitz Field and resurface the McCool Track, while also extending artificial turf to the north and south ends, currently occupied by clay and grass. Additionally, it requires trenching to lay electrical conduits. The scope entails removing existing structures, preparing the grounds, and installing new turf, drainage systems, and electrical provisions, all while adhering to environmental regulations. The work is expected to commence after obtaining necessary approvals, with emissions considerations addressed through a Record of Non-Applicability (RONA). The RONA details the project's compliance with air quality regulations, ensuring that emissions remain below the de minimis levels. The Navy anticipates no significant environmental impact, making the project eligible for a categorical exclusion under NEPA.
    The Department of the Navy is seeking to procure access control and identity management services. This involves implementing a robust system to manage access to Navy installations and sensitive information. The focus is on controlling physical access and verifying the identities of individuals seeking entry. This is achieved by collecting and processing biometric data and other personal information. The data is used to issue access badges and manage visitor access, with strict requirements for contractors and foreign government agencies. The request for proposals outlines detailed requirements for identity proofing, including specific documentation and personal details such as name, birthdate, and physical characteristics. Applicants' information is vetted through federal databases, with strict procedures to ensure the reliability of the data. The contract aims to maintain the security of Navy installations and protect national security interests. Prospective vendors must demonstrate the ability to efficiently collect, process, and manage the specified identity-related information, providing a comprehensive solution for access control. The RFP also emphasizes the need for a robust system to handle visitor statistics, access authorization, and the timely revocation of access privileges. Contract details and key dates are not explicitly mentioned in the provided information, but it is noted that the authorization for access may be granted or denied based on vetting results. The RFP appears to allow for a comprehensive evaluation of vendors' ability to meet the Navy's stringent access control and identity management requirements.
    The government seeks to procure construction services for various projects across Rhode Island. These services are required for building, heavy, and highway construction, encompassing a wide range of tasks. The focus is on specifying the prevailing wage rates for different classifications of construction workers, with numerous rates outlined for specific roles. For instance, cement masons and concrete finishers have different rates depending on the type of construction, while laborer rates vary based on the work environment and associated risks. The file also specifies holiday and vacation pay, and additional hourly rates for hazardous work and higher skill levels. Numerous roles are required, including carpenters, boiler makers, bricklayers, and electricians, each with their own wage scales. The work involves operating heavy equipment, welding, and specialized tasks like asbestos handling and sprinkler fitting. The procurement aims to lock in these labor rates, ensuring compliance with federal requirements like Executive Order 14026 and Davis-Bacon Act provisions. Contractors will be responsible for delivering these services within the stated rates, and administration of the project involves managing these workers and ensuring compliance with the complex wage structure. The contract is extensive and detailed, with key dates including numerous modification publication dates stretching from January to July 2024. Evaluation criteria are focused on ensuring compliance with the specified wage rates and associated rules. This complex procurement process seeks to engage multiple contractors for a diverse range of construction tasks, prioritizing fair and predetermined wage conditions.
    Similar Opportunities
    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.
    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.
    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.
    Y--IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR FACILITIES PRIMARILY LOCATED WITH THE AREA OF RESPONSIBILITY OF NAVFAC MIDLANT,PWD NEW LONDON,CT AND PWD,NEWPORT, RI.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking an 8(a) set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for activities within the mid-Atlantic region of the United States including support to Naval Submarine Base New London, CT and Naval Station Newport, RI. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. The initial project to be awarded is miscellaneous repairs to Naval Submarine Support Facility Buildings at Naval Submarine Base New London, CT. The NAICS Code is 236220.
    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.
    Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under Solicitation No. N40085-24-R-2855. The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security for the Marine Raider Support Group while ensuring minimal disruption to ongoing operations. This initiative is critical for compliance with military security standards and is estimated to cost between $25,000 and $100,000, with proposals due by September 17, 2024, following a mandatory site visit on September 5, 2024. Interested contractors should contact Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    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.
    DRAFT Solicitation for P 180, Naval Innovation Center, Naval Support Activity Monterey, CA | N6247324R0046
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is preparing to solicit bids for the Design-Build P-180 Naval Innovation Center project located at Naval Support Activity Monterey, California. This project involves the construction of a modern facility exceeding 286,617 gross square feet, which will include laboratories, collaboration spaces, and outdoor areas, with a focus on utilizing small businesses and ensuring safety in operations. Interested parties are encouraged to review the draft solicitation and provide feedback on the technical requirements by September 18, 2024, at 2:00 PM PST, with inquiries directed to Christopher Rosario at christopher.d.rosario2.civ@us.navy.mil or Christina Laudick at christina.d.laudick.civ@us.navy.mil.
    Regional Swimming Pool Maintenance Services for the Hampton Roads Area
    Active
    Dept Of Defense
    The U.S. Navy is seeking a contractor to provide comprehensive regional swimming pool maintenance services for various military installations and naval bases in the Hampton Roads area of Virginia. The focus is on ensuring proper pool operation and safety, including water treatment, seasonal start-up and shutdown procedures, and off-season maintenance. The procurement aims to maintain these facilities efficiently, adhering to strict safety and environmental regulations. The requirement outlines the need for diligent daily reports and certifications, emphasizing the importance of maintaining water quality and the operational readiness of multiple pools across naval installations. The contract, with an estimated value of over $6,000, seeks a dedicated partner to manage these essential training facilities. The solicitation process has been amended to extend the proposal deadline, providing potential vendors with ample time to submit their offers. Interested parties should closely review the amended solicitation documents, which contain key information and deadlines. The contact details for the procurement are included in the solicitation documents.