438168-CC-24 RSL Room Upgrades
ID: 438168-CC-24Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFMSTS – DOE CONTRACTORNorth Las Vegas, NV, 89030, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MISCELLANEOUS FIRE CONTROL EQUIPMENT (1290)

Set Aside

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

    The Department of Energy, through Mission Support and Test Services, LLC (MSTS), is soliciting proposals for the modification of an existing meeting room at the Remote Sensing Laboratory located at JB Andrews, Maryland, under Solicitation No. 438168-CC-24. The selected subcontractor will be responsible for demolition, construction of new wall partitions, installation of an access door, and finishing work, all in compliance with national security standards as outlined in the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities. This project is crucial for enhancing facility security and ensuring compliance with federal regulations, with a total small business set-aside to promote participation from small enterprises. Proposals must be submitted electronically by September 19, 2024, with questions directed to Procurement Specialist Corrine Carter at carterce@nv.doe.gov or by phone at (936) 230-0270.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) No. 438168 for upgrades to an existing meeting room, inviting small businesses to submit proposals for the modifications outlined in the accompanying documents. The RFP package includes instructions for offerors, proposal forms, a statement of work, specifications, and various requirements concerning environmental safety, security, and general conditions. Proposals must be submitted electronically by September 19, 2024, with written questions due by September 16, 2024. Additionally, the document stipulates that only U.S. citizens may access certain proposal information, emphasizing compliance with a US Citizen requirement. The focus of this RFP is to enhance the facility while ensuring adherence to regulations and promoting opportunities for small businesses in federal contracting.
    The document outlines the security requirements for subcontractors at the Remote Sensing Laboratory – Andrews, managed by the DOE's National Nuclear Security Administration (NNSA). It emphasizes that subcontractor personnel must be U.S. citizens over 18, require security badges for access, and must undergo initial security briefings for extended site work. Personnel must provide personal data for background checks, and strict access controls are enforced for non-U.S. citizens. The document details prohibited items, such as firearms and controlled substances, highlighting potential legal consequences for violations. Additionally, it addresses controlled articles, specifying conditions under which certain electronic devices may enter secure areas and mandating prior approval for their use. Overall, these guidelines emphasize maintaining a secure environment while allowing necessary operational activities within established protocols.
    The document outlines instructions for offerors responding to Solicitation No. 438168-CC-24 for a firm-fixed-price construction subcontract managed by Mission Support and Test Services, LLC (MSTS) under the Department of Energy’s National Nuclear Security Administration (NNSA). It emphasizes the importance of adhering to the specified standard terms and conditions, with strong discouragement against exceptions that may disqualify an offeror. Proposals must be complete, timely submitted, and include necessary signatures and documentation. Offerors are responsible for understanding the subcontract documents and inspecting relevant sites. Award decisions will consider technical and pricing evaluations, along with safety and financial responsibility criteria. The solicitation is exclusively for small business concerns, and at least a portion of the subcontract must be performed by the awardee's own employees. Additionally, any unclear or ambiguous queries must be directed to MSTS for clarification. Finally, the document notes that offerors will not receive reimbursement for proposal preparation costs and that submission does not guarantee contract award.
    The Offeror's Proposal Letter for Solicitation No. 438168-CC-24 outlines the submission procedures and requirements for potential subcontractors bidding on a federal contract. The proposal asserts a commitment to provide necessary labor, services, and materials as specified, binding the offeror to a firm proposal for 60 calendar days without withdrawal. Key assurances include compliance with e-Verify for employment eligibility, reporting executive compensation for qualifying subcontractors, and the absence of debarment status. Furthermore, the offeror must certify adherence to the Buy American Act, stipulating that products are predominantly sourced from the U.S. It also highlights the Export Control laws and the requirement to refrain from using covered telecommunications equipment in federal contracts. Lastly, the document collects essential business data from the offeror including the company type, size, and socio-economic status, urging full transparency for compliance with federal regulations. This structured approach ensures clarity in the procurement process while safeguarding public resources and promoting domestic industry.
    The document outlines a subcontract agreement between Mission Support and Test Services, LLC (MSTS) and an unspecified subcontractor for construction services under Prime Contract DE-NA0003624 with the Department of Energy. Its primary purpose is to define the terms of a firm-fixed-price subcontract for modifying an existing meeting room to comply with national security requirements. Key sections include details on the work to be performed, which encompasses providing all necessary technical services, labor, and transportation. Correspondence regarding the subcontract must be directed to a specified contact at the Department of Energy, while compensation is tied to the terms outlined in an attached price exhibit. The subcontract specifies consequences for non-compliance, emphasizing a commitment to adhere to all provisions to ensure timely payment. The document is structured with a clear identification of exhibits that encompass quantities, a statement of work, general and special conditions, safety requirements, and security protocols, all of which are essential for maintaining compliance and project integrity within federal guidelines.
    The document outlines the details of a Firm-Fixed-Price Construction Subcontract (Solicitation No. 438168-CC-24) by Mission Support and Test Services, LLC. It provides a comprehensive framework for potential subcontractors to submit their proposals, including required forms and evaluation criteria. Key elements include a Consideration Schedule for pricing, safety program requirements, and qualifications for key personnel. The procurement process emphasizes a Lowest Price Technically Acceptable (LPTA) approach, focusing on the contractor's experience with similar projects, adherence to schedules, and safety records, including EMR verification and OSHA compliance. The document specifies payment terms, project milestones, and expectations for subcontractor commitments such as training and safety measures. Overall, the purpose is to solicit proposals that demonstrate capability and cost-effectiveness while ensuring compliance with safety and operational standards in construction projects, particularly for securing sensitive areas as implied by the reference to SCIF construction. This process is aligned with federal RFPs to manage funds and resources effectively in government contracting.
    The document outlines the Technical Specifications for the construction and management of Sensitive Compartmented Information Facilities (SCIFs), specifically Version 1.5, issued by the National Counterintelligence and Security Center and effective immediately. The primary aim is to enhance security standards for SCIFs in alignment with existing directives, ensuring protection of Sensitive Compartmented Information (SCI) against unauthorized access and other security breaches. The document serves as a living guideline, incorporating diverse feedback from the Intelligence Community, ensuring specifications adapt with technological advancements. Key points include risk management processes, physical security construction criteria, verification of security measures, and roles of personnel involved in SCIF management. Essential elements include the evaluation of threats and vulnerabilities, recommended construction techniques for SCIFs, alarm systems, access controls, and guidelines for both domestic and international SCIFs. This document holds significance for those involved in federal projects requiring adherence to national security standards, guiding local and federal RFPs. It emphasizes cohesive and reciprocal use across various intelligence elements, mandating implementation within a specified timeframe. The stringent requirements reflect the importance of maintaining integrity and confidentiality of sensitive information within government facilities.
    This document outlines the statement of work and specifications for a federal subcontract under solicitation number 438168-CC-24. The primary focus is on modifying an existing meeting room at the Nevada National Security Sites to comply with updated national security standards mandated by federal policy. The subcontractor is tasked with performing hands-on modifications, including the demolition of existing structures and installation of new partitions, doors, and finishing work such as painting and baseboarding. Key requirements include providing sketches for approval, demonstrating compliance with technical specifications upon completion, and submitting a report detailing the work performed. The work will occur at the Remote Sensing Laboratory at Andrews Air Force Base, and no security clearance is required for this unclassified job. Additionally, the subcontractor must adhere to environmentally preferable purchasing policies by using sustainable materials. The document emphasizes adherence to local, state, and federal building codes and contains a structured section for required submittals that includes safety plans, insurance certificates, and project completion reporting. Overall, it reflects the government's rigor in ensuring compliance, safety, and environmental responsibility within federally contracted construction activities.
    The document outlines the General Conditions for a Firm-Fixed-Price Construction Subcontract between Mission Support and Test Services, LLC (MSTS) and a subcontractor. It provides a comprehensive framework for managing various aspects of the subcontract, including definitions, obligations, and rights of both parties. Key elements include acceptance of terms, dispute resolution procedures, compliance with laws, insurance requirements, and guidelines for labor and materials used in construction. It emphasizes the contractor's role as an independent entity, stipulates conditions for change orders, and details indemnity clauses. The document serves to ensure clear communication and compliance with federal standards, protecting the interests of both MSTS and the subcontractor in the execution of work at U.S. Department of Energy-managed sites.
    The document outlines a form (FRM-0870) for suppliers to request changes concerning their payment information with Mission Support and Test Services, LLC (MSTS). It allows suppliers to add or remove payment addresses, update bank information, and designate authorized signers. Key sections include the collection of a Federal Tax Identification Number, payment method preferences (such as check or electronic funds transfer), and detailed banking information such as routing and account numbers. To complete the enrollment in electronic payment, suppliers must attach a voided check or certified bank letter, as well as a W-9 form to avoid denial of the enrollment. The document stresses the importance of ensuring accuracy in provided banking information and mentions that MSTS adheres to National Automated Clearing House Association (NACHA) guidelines for electronic transactions. The form must be submitted to the designated email for processing. Overall, the purpose of the document is to streamline payment adjustments for suppliers while safeguarding sensitive information in compliance with privacy regulations.
    The document is a Subcontract Release Statement from Mission Support and Test Services LLC (MSTS) confirming the completion and acceptance of work under a subcontract. Upon completion, MSTS and its representatives are released from all claims related to the project, except for specified exceptions that may be noted. The form includes fields for the printed name, title, signature, date, company name, and address of the signing representative, indicating the official release of claims associated with the subcontract. This document is significant within the context of government RFPs and grants, as it serves to finalize contractual obligations and protect MSTS from further liabilities arising from the subcontract's execution. The inclusion of placeholders for various details suggests its standardized use in formalizing completion across multiple projects while ensuring compliance and accountability in government contracting processes.
    The document outlines a comprehensive request for proposals (RFP) and grant opportunities related to government initiatives aimed at enhancing federal, state, and local project capabilities. The primary purpose is to solicit applications that support effective service delivery and project execution. Key components emphasize the need for innovative solutions, collaboration among stakeholders, and adherence to regulatory frameworks. The document delineates specific areas of interest, such as environmental sustainability, community development, and public health improvement, while providing guidelines for proposal submissions. It details evaluation criteria, funding limits, and timelines to ensure transparent and efficient application processes. The structure includes introductory context about the funding landscape, followed by procedural details for applicants, including eligibility requirements and submission protocols. The document seeks to engage diverse entities, encouraging them to address community challenges through proposed solutions. This initiative underscores the government’s commitment to fostering partnerships that facilitate progress and innovation, while contributing to the overall wellbeing of communities and promoting accountability in the use of public funds.
    The document outlines the Statement and Acknowledgment for a subcontract related to federal contracting, specifically involving the Department of Energy’s National Nuclear Security Administration (NNSA). It details the necessary information required for both the prime contractor and subcontractor pertaining to awarded contracts, including contractor names, addresses, and the nature of the work being performed. Importantly, it notes compliance with various labor standards under the Contract Work Hours and Safety Standards Act, highlighting responsibilities tied to payrolls, withholding of funds, and adherence to prevailing wage regulations. The subcontract awarded to Mission Support and Test Services LLC pertains to modifications of a meeting room to meet mandated security requirements at Andrews Air Force Base. This agreement is essential for ensuring compliance with federal regulations in contracting and labor standards while aiming to enhance facility security. The document captures procedural commitments and obligations significant for compliance within government contracting operations.
    The document outlines the special conditions governing a Firm-Fixed-Price Construction Subcontract under Solicitation No. RFP 438168-CC-24 by Mission Support and Test Services, LLC. Key sections cover various topics including the necessity for timely performance and delivery, insurance requirements, contractor and subcontractor responsibilities regarding drawings and specifications, and invoicing procedures. It mandates that subcontractors maintain comprehensive insurance coverage, obtain necessary permits, and adhere to wage rate requirements. The subcontractor is responsible for providing adequate documentation for payments, which can include progress or milestone payments contingent on satisfactory work performance. Specific guidelines for submitting invoices electronically and resolving payment issues are also included. Additionally, the document addresses workplace substance abuse programs, ensuring compliance with federal regulations while emphasizing the need for small business participation within the subcontract terms. Overall, it serves as a comprehensive framework to guide subcontractors in fulfilling their responsibilities while ensuring compliance with federal and local requirements in the context of government contracts, reflecting the emphasis on accountability, safety, and regulatory adherence.
    Exhibit E outlines the Environmental, Safety, and Health (ES&H) requirements for construction subcontractors engaged in the modification of meeting rooms under Solicitation No 438168-CC-24. The document emphasizes the sole responsibility of subcontractors to implement safety programs while adhering to relevant federal, state, and local regulations. Key sections include commitments to Integrated Safety Management System (ISMS), site-specific safety plans, safety inspections, incident reporting, and emergency preparedness. Subcontractors are required to ensure that all employees, including sub-tier subcontractors, are trained and familiar with safety protocols, emphasizing hazard identification, waste management, and the reporting of unsafe conditions without fear of reprisal. The plan spans measures for protecting the environment, managing occupational health risks, particularly concerning infectious diseases, and addressing radiological requirements. There are specific prerequisites for work control, including thorough job hazard analyses and the necessity of permits for high-risk activities like demolition and electrical work. The overall purpose of these comprehensive safety measures is to ensure a safe work environment while fulfilling the legal obligations pertaining to worker and environmental protection, reflecting the government's commitment to maintaining stringent safety standards in all projects involving federal partnerships.
    The document serves as a Statement and Acknowledgment form for prime contractors and subcontractors under federal contracting regulations. It includes essential details such as the prime contract number, subcontract award date, contractor names, addresses, and project descriptions related to modifications for security compliance. The form outlines clauses that may be incorporated into subcontracts, including the Contract Work Hours and Safety Standards Act and other labor standards regulations. The report specifies the acknowledgment of intermediate subcontractors, if applicable. It aims to formalize the agreements between the prime contractor and subcontractor while ensuring compliance with federal regulations, facilitating accountability in the contracting process. The signature section is included to validate the commitments by both parties. Overall, the document serves a vital role in guiding federal and state procurement practices while adhering to legal and safety standards in contract execution.
    The document outlines how a subcontractor meets the requirements set forth in 10 CFR 707.5 concerning substance abuse and illegal drug use at Department of Energy (DOE) sites. Key requirements include prohibiting illegal drugs, implementing employee education programs about substance abuse, and establishing disciplinary measures for drug-related violations. Organizations must inform employees of drug prohibition policies, ensure that those in Testing Designated Positions (TDP) are free from illegal drug use, and conduct various forms of drug testing, including pre-employment and random testing. Additionally, employees must report any drug-related arrests or positive test results. The document emphasizes the need for a commitment to maintain a drug-free workplace and offers rehabilitation opportunities for employees when necessary. A specific note is included about the non-recognition of medical marijuana in federal contexts. This summary serves as a vital reference for ensuring compliance with federal regulations in the context of government RFPs and grants.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Renovate the Male Dormitory Building 54, Potomac Job Corps Center in Washington, DC
    Active
    Labor, Department Of
    The Department of Labor is seeking qualified contractors for the renovation of the Male Dormitory Building 54 at the Potomac Job Corps Center in Washington, DC. The project involves comprehensive design and construction services, including interior renovations, system upgrades (plumbing, electrical, HVAC), and compliance with safety and accessibility standards, addressing significant issues such as mold and water damage. This initiative is crucial for maintaining facilities that support job training programs for youth, ensuring a safe and conducive learning environment. Interested contractors must adhere to the 8(a) Competitive Set-Aside requirements, with proposals due by October 16, 2024, and a pre-proposal conference scheduled for October 2, 2024. For further inquiries, contact Bernadette L Hughes at hughes.bernadette.l@dol.gov or Martrelle A. Pyatt Harvin at pyattharvin.martrelle@dol.gov.
    MEAD SUBSTATION CONTROL BUILDING REPLACEMENT FLOOR
    Active
    Energy, Department Of
    The Department of Energy, specifically the Western Desert Southwest Region, is soliciting bids for the replacement of floor panels in the Mead Substation Control Building. This project falls under the category of Commercial and Institutional Building Construction, and it is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The procurement is crucial for maintaining the operational integrity of the substation, which plays a vital role in energy distribution. Interested contractors can reach out to Heidi Sigl at sigl@wapa.gov or call 701-221-4518 for further details regarding the solicitation process.
    Notice of Opportunity - Amendment
    Active
    Homeland Security, Department Of
    The U.S. Secret Service (USSS) is inviting expressions of interest from holders of the Department of Energy's Fourth Generation Energy Savings Performance Contract (ESPC) indefinite-delivery contracts for a potential task order at the James J. Rowley Training Center in Laurel, Maryland. The primary objective of this initiative is to implement energy and water conservation measures aimed at achieving significant energy reductions, decreasing greenhouse gas emissions, and exploring renewable energy options. This project underscores the USSS's commitment to enhancing energy efficiency and sustainability within its operations, with a mandatory pre-bid site visit scheduled for September 19, 2024, and responses due by September 30, 2024. Interested contractors can reach out to Shauntynee Penix at shauntynee.penix@usss.dhs.gov or Daniel Boylen at daniel.boylen@associates.usss.dhs.gov for further information.
    (MATOC ONLY) Renovate Building, P-2090
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of Building P-2090 at USAG Humphreys, exclusively for certain MATOC contractors. The project involves extensive upgrades, including architectural, HVAC, plumbing, and electrical work, with a completion timeline of 360 calendar days following the notice to proceed. This renovation is crucial for enhancing building functionality and safety, reflecting the Army's commitment to maintaining modern infrastructure. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Han Ol Sok at hanol.sok.ln@army.mil or Pon Tran at pon.v.tran.civ@army.mil for further details.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with an estimated construction magnitude between $1,000,000 and $5,000,000. This procurement is critical for maintaining operational readiness and ensuring the facilities meet current standards. Interested contractors should note that the bid submission deadline has been extended to September 23, 2024, with bids to be submitted electronically, and all inquiries must be made within 15 days of the solicitation release. For further details, contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or call 505-846-3707.
    AFOTEC Conference Room & Executive Lavatory
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Operational Test and Evaluation Center (AFOTEC), is seeking contractors to renovate the Williams Conference Room and the adjacent Executive Lavatory located in Albuquerque, New Mexico. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the renovation, which includes wall repairs, painting, flooring updates, and furnishing options such as carpets and furniture that align with existing aesthetics. This renovation is crucial for enhancing functional spaces within federal facilities, ensuring compliance with applicable codes and standards. Interested contractors should note that the solicitation deadline is set for Friday, September 20, 2024, at 3 PM MST, with an anticipated contract value between $100,000 and $250,000. For further inquiries, potential bidders can contact Robert Sovern at robert.sovern@us.af.mil.
    DSN/CSN Demo Dorm 631
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a design-build project involving the demolition of Dormitory 631 at Malmstrom Air Force Base in Montana. The project encompasses the complete demolition of the building, including its foundations, utilities, grading, and landscaping, with an estimated contract value ranging from $1 million to $5 million. This initiative is part of the Air Force's strategy to engage small businesses, particularly those qualifying as 8(a), HUBZone, Woman Owned Small Business, and Service-Disabled Veteran Owned Business, to ensure compliance with federal contracting regulations. Interested parties must submit their responses by 2:00 pm Mountain Time on September 26, 2024, to the primary contact, Cody Babinecz, at cody.babinecz@us.af.mil.
    Laboratory Renovation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for a laboratory renovation project at Edwards Air Force Base. The objective of this procurement is to conduct market research to identify responsible sources capable of performing comprehensive renovations, including the construction of two new laboratories dedicated to ionic liquids and a micro reactor, along with necessary mechanical, electrical, and plumbing systems. This initiative is crucial for upgrading scientific facilities while ensuring compliance with stringent safety and regulatory measures, including environmental protection protocols. Interested parties should respond to the Sources Sought notice by providing their company information, capability statements, and relevant past performance details to Jennifer Story at jennifer.story@us.af.mil, referencing PZIB8523FY24. The project is expected to be completed within 575 calendar days, and the government will not compensate for any information submitted in response to this notice.
    NREL S&TF - Cleanroom LPCVD Tool Installation
    Active
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking qualified subcontractors for the installation of a new Tempress Diffusion Furnace in the Science and Technology Facility (S&TF) cleanroom at its Golden, Colorado campus. The project requires contractors to have experience in cleanroom environments and the ability to manage modifications to ductwork, mechanical and electrical systems, and gas detection, while ensuring minimal disruption to ongoing research operations. This initiative is crucial for enhancing NREL's capabilities in renewable energy research and development, with a project duration anticipated to exceed six months. Interested parties should submit a Capabilities Statement to Evan Buzbee at evan.buzbee@nrel.gov, as the opportunity emphasizes small business participation and timely completion is essential for operational milestones.
    Paducah Infrastructure Support Services Procurement - Final Request for Proposal
    Active
    Energy, Department Of
    The Department of Energy is seeking proposals for the Paducah Infrastructure Support Services procurement, as outlined in Solicitation No. 89303324REM000130. This procurement aims to secure facilities support services essential for the effective management and operation of the Paducah site, which plays a critical role in environmental management efforts. Interested offerors must submit their proposals by 5:00 PM Eastern Daylight Time on September 30, 2024, and any questions regarding the solicitation should be directed to the designated email address by August 27, 2024. For further details, the Final Request for Proposal and amendments can be accessed on the Environmental Management Consolidated Business Center website.