The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



DEPT OF DEFENSE, DEPT OF THE NAVY, NAVFACSYSCOM WASHINGTON, 1314 HARWOOD STREET SE, WASHINGTON NAVY YARD DC 20374-5018


Z -- SMALL BUSINESS MULTIPLE AWARD CONSTRUCTION PROJECT- B2189 REPLACE ROOF AND HVAC SYSTEM SOL N4008023R0022009 DUE 06/17/2025 at 02:00AM -04:00 POC Jennifer Coffman, jennifer.e.coffman2.civ@us.navy.mil, tel:(202) 436-1831 Barbara A Thompson, barbara.a.thompson@navy.mil, tel:3017574918

THIS SOLICITATION IS OPEN ***EXCLUSIVELY*** TO THE FOLLOWING SMALL BUSINESS MULTIPLE AWARD CONSTRUCTION CONTRACTORS:

C.E.R., Inc.

877 Baltimore Annapolis Blvd., Suite 101

Severna Park, Maryland 21146 

CJW Contractors, Inc.

13849 Park Center Rd, Suite B

Herndon, Virginia, 20171

Edifice Services JV, LLC

507 N. Frederick Ave, Suite 104           

Gaithersburg, Maryland 20877              

ENCON Desbuild JV3 LLC                  

8201 Corporate Drive, Suite 720           

Hyattsville, Maryland 20785

EVCON-CWC JV, LLC

3176 ½ Bladensburg Rd NE, Suite 1     

Washington, District of Columbia 20018

Fastbreak General Contractors, LLC

47 W Queens Way Suite G1 

Hampton, Virginia 23669

Ocean Construction Services

104 Aragona Blvd Suite 101 

Virginia Beach, Virginia 23462

Ritz Construction

47 East All Saints Street, Suite 6           

Frederick, Maryland 21701

This construction project involves the replacement of roofing and HVAC systems. The following summary outlines the key components of the scope of work.

Roof Replacement:

The Roof Project includes the Removal and Installation of a new approximately 33,800 SF modified bitumen roof excluding the roofs of the Security Station and associated covered walkway to the northwest.

The Roof Work shall include but is not limited to the removal of existing: modified bitumen roofing system, ridged insulation, expansion joints, pipe sleeves, flashing and counter flashings, reglets, water damaged wood decking, metal fascia, gutters, downspouts, roof drain covers, gutters, gutter downspouts and any other related items associated with roofing work. Existing roof ladders are to be removed and reinstalled in place. The access door at the north side of highest most roof it to be removed and a new appropriately sized door is to be installed, due to the increase in roof insulation the flashings and counter flashing may conflict with the height of the door. All operations equipment is to be removed and stored per Supported Command instruction prior to work beginning. The Contractor is to remove and replace approximately 30% of joists and roof deck that are damaged due to water intrusion. The Contractor is to remove and replace in kind 500 LF of wood fascia and vent soffit in locations of water damage.

Testing of the roof drains shall be tested after roof installation, any failed roof drains are the responsibility of the contractor. Contingent on the results of the test work shall be done to ensure proper drainage. Lead testing is required prior to the beginning of work.

Provide a new roof system complies with ICC code. Provide metal flashing, counter flashing, vent sleeves, stainless steel rain covers over pitch pockets, seal base of pitch pockets with elastomeric sealant, curbs for new HVAC units, metal roof drain strainers, crickets, coping (if required), metal fascia, gutters, downspouts, and expansion joints. Interior work shall include the repair of ceilings; repair any damaged ceiling finishes to match existing (30%). The existing wood deck and joists areas to be replaced where required.

HVAC Replacement:

The HVAC project includes but is not limited to demolition and installation of new HVAC system to include ductwork, piping, wiring, control devices, and all other appurtenances comprising a complete and operable system. Contractor shall verify location and dimensions of existing mechanical and electrical equipment, shall coordinate all work prior to the start of construction.

Contractor shall comply with federal, state, and local codes and laws involving abandonment and sealing of Geothermal HVAC system. The Geothermal Loop must be sealed by a Certified Master Well Driller. All fluid in the boreholes/tubing must be removed, includes sampling of the liquid to ensure it does not contain additives making it Hazardous Waste. If it is a Hazardous Waste, the liquid must properly dispose in methods in accordance with applicable federal, state, and local codes and laws. A Well abandonment form must be submitted to Maryland Department Environmental (MDE) after sealing. Provide copy of the form to contracting officer. See Attached form in part 6.

Contractor shall provide radon testing for 90 days for each habitable room after the project completion. Contractor shall comply with Radon Testing Standard Procedures in accordance with EPA and Navy Radon Assessment and Mitigation Program (NAVRAMP) Guidebook for Naval Shore Installations.

Contractor shall provide Structural Engineer to perform roof structural analyzes, load calculation, and solution to reinforce existing roof to support the new load of HVAC equipment.

Contractor shall carefully remove existing security cameras, audio notification devices, fire alarm and detectors to accommodate the work spaces. Shall be reinstalled at their original locations after the completion of work.

Contractor shall ensure proper handling, storage and proper disposal of all hazardous material, recovery and recycle HVAC system refrigerants, test downspouts and roof drainage are functioning properly after the project completion in accordance with NAS PAX River CATEX environmental requirements. See part 6 attachment.

Provide grass sod replacement damaged during construction.

Please see the solicitation and detailed scope of work attached to this post for additional information. 

If you have any questions please don’t hesitate to contact me.

v/r

Jennifer Coffman

Contract Specialist

NAVFAC Washington

Cell Phone: (202) 436-1831

Fax: (301)-342-3141

jennifer.e.coffman2.civ@us.navy.mil

22445 Peary Rd Bldg. 504 

Patuxent River, MD 20670

Set-Aside: Total Small Business Set-Aside (FAR 19.5) URL: https://sam.gov/opp/8e818b9be1b146ff9c9aa174c7a8a008/view

OutreachSystems Article Number: 20250531/PROCURE/0310
Matching keyword(s): wiring?;