Landfill Maintenance and Repair Services
ID: N4008525R2529Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The contract, designated as a firm-fixed-price agreement, is set aside for small businesses and encompasses a base period of 12 months with four optional one-year extensions. The contractor will be responsible for providing labor, materials, and supervision to ensure compliance with the Performance Work Statement and various annexes, reflecting the importance of maintaining operational standards for waste management and environmental protection. Proposals are due by 2:30 PM EDT on March 27, 2025, and interested parties should contact Benjamin A. Bryan at benjamin.a.bryan.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The document outlines a series of recurring and non-recurring service requirements related to landfill maintenance and operations, including repairs to trash dumpsters, compaction equipment, vegetation control, and leachate system support. It is structured into distinct sections categorized by service line items, each identifying specific tasks, quantities, units of issue, and unit prices. The recurring services include the preparation of various containers for waste and grounds care over four option years, while non-recurring tasks feature specialized cleanings, maintenance, and technical support. The document serves as a federal Request for Proposal (RFP), specifying the need for contractors to provide comprehensive service proposals that include labor, materials, equipment, and cost estimates. It emphasizes the importance of mobilization timelines for various tasks and the necessity of adhering to approved plans for things like herbicide application and waste management. The RFP aims to ensure sustainable operations, compliance with environmental regulations, and the efficient management of waste and landfill services. Overall, the structured format assists potential contractors in preparing accurate proposals aligned with government requirements.
    This document serves as a comprehensive glossary of definitions and acronyms pertinent to government contracts, particularly for the United States Navy Civil Engineer Corps (NAVFAC). It outlines key terms such as "Assessment," "Contractor," and "Government Furnished Property," providing clarity on responsibilities, processes, and components involved in contract execution. It highlights the significance of various tools, such as the Business Management System (BMS) and the Infrastructure Condition Assessment Program (ICAP), which streamline operations and asset management. It emphasizes essential roles, including the Contracting Officer and Contractor Representatives, who ensure compliance with contract terms. The document also details cost structures, including Direct Material Costs and Fixed Burden Rate, which guide financial planning for procurement. The definitions contribute to a clearer understanding of scope, quality assurance, and property management relevant to federal grant and RFP processes. Overall, the document aims to enhance the efficiency and effectiveness of contract management within the framework of government operations.
    The document titled "ATTACHMENT J-0200000-02 WAGE DETERMINATIONS" submitted by the 02 Office outlines essential wage determinations relevant to a specific federal Request for Proposals (RFP) or grant process. Its primary function is to establish fair labor compensation standards that align with federal guidelines, ensuring compliance with prevailing wage laws. Key points include the identification of central wage rates applicable for various occupations involved in the federally funded projects outlined in the RFPs. Additionally, the document emphasizes the importance of adhering to these wage determinations in contracting processes at both federal and local levels. It serves as a critical tool for ensuring equitable pay for employees engaged in the performance of federal contracts, thus helping to uphold labor standards and protect workers’ rights. The information presented is pertinent for contractors, grant applicants, and state and local agencies participating in federally supported initiatives.
    The document outlines directives, instructions, and references related to various services, including elevator services, corrosion control, and wet agent fire suppression within federal and military contexts. It references multiple guidelines and manuals, such as NAVFAC MO-118 for elevator inspections, the Military Custodial Services Manual, and the OSHA Respiratory Protection Standards, emphasizing compliance with safety and security protocols. Key citations include standards under the Occupational Safety and Health Act, and specific codes for elevator safety and inspection, which are crucial for government contractors. These references provide essential frameworks for operational safety, environmental controls, and health requirements. The document serves as a comprehensive guide to ensure adherence to regulatory frameworks within relevant federal RFPs and grants, emphasizing safety and quality in service provision across governmental agencies. Compliance with the listed directives is vital for contractors bidding on projects related to these services, highlighting the importance of safety regulations and industry standards in the execution of government contracts.
    The document is a standard contractor invoice format issued by the Naval Facilities Engineering Command (NAVFAC) for processing payment under a specific contract (N40085). It outlines necessary components for submitting a payment request associated with a task order, detailing sections such as the total value of the contract, the percentage of performance completed, and the amount of the invoice. The invoice includes sections for receipt and acceptance certification, providing recommendations for payment based on completed work and any applicable deductions. The document also incorporates a prompt payment certification statement, confirming the accuracy and appropriateness of the invoice in the accounting system. The structure of the document facilitates streamlined invoicing in compliance with federal regulations, ensuring that contractors provide comprehensive performance data for payment processing. This format underlines the importance of adhering to government standards in contracting and invoicing procedures, aiming to ensure financial accountability and clarity in transactions related to federal contracts and grants.
    The Contractor Significant Incident Report (CSIR) template is structured to facilitate the documentation of workplace accidents or incidents involving contractors. It provides a systematic approach for recording general information, personal details about involved personnel, witness accounts, contract information, and a detailed accident description. Key components include classification of the incident (e.g., injury, environmental issues), a timeline, and analysis of direct and indirect causes. The report mandates the inclusion of corrective actions to prevent future occurrences, identification of personal protective equipment utilized, and potential OSHA violations. The document aligns with federal guidelines for reporting workplace incidents, ensuring compliance with safety regulations. It emphasizes the importance of timely submission — initial reports within four hours for serious incidents, followed by follow-up and final reports. This process not only serves to document specific events but also aims to enhance overall safety standards and protocols within contracting environments, thereby contributing to a safer work atmosphere across federal RFPs and grants initiatives.
    This document is a Motor Vehicle Accident Report form utilized for recording details of automobile accidents. It includes sections for essential information, such as the date and time of the accident, the year, make, and model of the vehicles involved, as well as driver identification and home address. Additionally, it requests the registration number or name associated with the vehicle and requires a description of the accident. A signature field is available and notes that additional information can be provided on the reverse side or a separate page if necessary. This form serves as an official record for documenting vehicle accidents, contributing to data collection for federal and local governmental records, which may be beneficial for purposes like analyzing traffic incidents, evaluating risks, and informing policy decisions. The structure of the report emphasizes clarity and ease of use to ensure comprehensive data collection during accidents, which is essential for legal, insurance, and governmental follow-up actions.
    The Spill Response Form (MCBCL/MCASNR SPCC State Notification of Discharge Report) serves as a procedural document for reporting and managing hazardous substance spills. It outlines essential data collection parameters including the date, time, and party responsible for the spill, along with specific details regarding the source, type, and quantity of the released substance. The form requires documentation of the location of the spill, potential environmental threats, and impacts on nearby water supplies. It emphasizes the need for notifications to relevant authorities (e.g., NAC, Coast Guard, EPA) and describes planned mitigation actions against the release's effects. Additional details include the cause of the spill, environmental conditions at the time, and whether any protective measures were taken. This structured approach ensures that spills are handled promptly, minimizing environmental and public health risks, and complying with regulatory requirements. The completion of this form is critical in documenting the response and establishing a clear chain of communication among involved agencies.
    The Contractor Hazardous Material Inventory Log serves as a crucial document for tracking hazardous materials handled by contractors engaged in government projects. It outlines the necessary protocols for documenting hazardous substances, ensuring compliance with federal and state regulations. The log includes categories for identifying materials, quantity, storage location, and applicable safety measures. This systematic inventory process is essential for preventing environmental contamination and ensuring the safety of personnel and the community. Accurate record-keeping enables effective monitoring and management of hazardous materials, facilitating risk assessment and emergency response planning. Overall, the document emphasizes the importance of diligent hazardous material oversight in government contracts to uphold safety and regulatory standards.
    The Camp Lejeune Sanitary Landfill Information Sheet provides guidelines on acceptable waste disposal practices at the facility. Operating hours are set from 0730-1530 Monday to Thursday and 0730-1200 on Friday. Various materials are accepted, including non-asbestos roofing shingles, insulation, and various types of untreated wood and concrete products, while ensuring compliance with specific handling requirements. Asbestos, considered hazardous, must be managed by appointment and correctly stored prior to delivery. Organic waste like leaves and grass clippings must be separated from other materials, and contaminated soil, hazardous waste, and certain appliances are explicitly prohibited. The document outlines strict regulations on recyclable materials, which must be delivered separately to designated locations. Additionally, it mandates that specific items, such as lead-based painted wood, be treated with care before disposal. Ultimately, this information is critical for ensuring safe waste management practices and regulatory compliance at Camp Lejeune, reflecting the federal commitment to environmental protection. Notably, the document serves as guidance for contractors and personnel involved in waste disposal within the framework of government contracts and local regulations, reinforcing the importance of adhering to established disposal protocols.
    The Camp Lejeune Sanitary Landfill Information Sheet outlines operational guidelines and accepted waste materials for the landfill. Operating hours are Monday to Thursday from 7:30 AM to 3:30 PM and Friday from 7:30 AM to 12:00 PM. It lists acceptable general trash items, such as non-asbestos roofing materials, glass (except bottles), and certain wood products, which can be mixed in a single load. Asbestos disposal requires prior appointment and specific packaging. Organic materials must be separated, and only non-contaminated soil is accepted. Concrete, wood, and recyclable products each have specific separation requirements for drop-off. Prohibited items include hazardous and liquid waste, metals, electronics, batteries, and appliances, which must be managed through designated contacts. Guidelines for furniture and ordnance disposal emphasize regulations and necessary documentation. This document serves as a key resource for individuals and contractors disposing of waste at the landfill and ensures compliance with federal and local environmental standards. It aims to facilitate the safe and responsible management of landfill operations and waste disposal within the jurisdiction of Camp Lejeune.
    This document serves as a compilation of attachments relevant to federal contracts and grants, specifically focusing on compliance and procedural requirements. It includes various sections that outline essential definitions and acronyms, wage determinations, and directives for conducting business with the government. Key forms provided are an invoice form, incident reporting templates (including motor vehicle accidents), and a spill control plan for installations. Additionally, it includes guidelines for managing hazardous materials and an information sheet pertaining to the Camp Lejeune sanitary landfill. The structured layout allows for easy navigation through critical attachments, which aid contractors in adhering to federal standards and protocols. This document ensures that all parties involved in federal projects are equipped with necessary information and reporting mechanisms tailored to safety, compliance, and operational efficiency, thereby supporting effective project execution within governmental frameworks.
    The Performance Assessment Plan (PAP) outlined in Attachment J-1502000-01 governs the evaluation of contractor performance for the Landfill Services contract at Marine Corps Base Camp Lejeune, NC. It establishes provisions for assessing the contractor's adherence to performance standards and quality through a structured framework. Key components include roles and responsibilities for government personnel, training requirements, safety protocols, and security measures, all aimed at fostering a collaborative relationship between the contractor and government. Methods of Assessment (MOA) such as periodic sampling, customer feedback, and unscheduled visits guide the evaluation process. The plan emphasizes the importance of a Quality Management System (QMS) to ensure service quality, detailing procedures for assessment levels, including actions for unsatisfactory performance. Post-assessment, documentation such as Monthly Performance Assessment Summaries allows for monitoring and reporting on contractor performance. A Performance Assessment Board reviews findings and recommends contract adjustments. Ultimately, the PAP aims to hold contractors accountable by ensuring quality through consistent evaluations, addressing discrepancies, and promoting corrective actions to maintain compliance with performance standards, thus safeguarding government interests.
    The document outlines the specifications for various types of drop-bottom dumpsters, which are part of a government procurement request for proposals. It details four distinct configurations—4 CY, 6 CY, 8 CY open top, and 8 CY solid top—all of which share common elements such as dimensions, materials, and structural design. Key design features include heavy-duty steel construction, Corten A606 doubler plates, reinforced structures, and specific paint requirements that comply with eco-friendly government standards. Additionally, the document mandates the supply of an authenticity certificate for the materials used. The specifications emphasize durability, strength, and functionality, catering to municipal waste management needs. This procurement document reflects the broader objectives of ensuring efficient and environmentally responsible waste disposal solutions through federal contracting mechanisms. Overall, it serves as a standardized guide for suppliers to deliver compliant and robust dumpster models that meet governmental needs.
    The document provides an inventory of waste containers and historical data related to the Camp Lejeune landfill. It catalogs various types of containers in service, detailing their numbers, major repairs reported annually, and recycling capabilities. The inventory includes different sizes of compactors and roll-off recycling containers, as well as drop-bottom and front loader containers designated for trash and recyclable materials. Key data points indicate a total of 1,500 front loader trash containers with 200 annual repairs and highlight significant maintenance for recycling roll-offs, particularly the 30 CY YD with 26 repairs per year. This inventory is essential for understanding the operational capacity and maintenance requirements of waste management at Camp Lejeune, supporting broader goals of efficient waste handling and compliance with environmental standards within federal and local RFP frameworks.
    The document outlines specific repair requirements for 8 cubic yard cardboard dumpsters as part of a government Request for Proposal (RFP). The primary objective is to ensure each dumpster is restored to "like new" condition. Key repairs include replacing the metal bottom and six inches on each side with durable A36 steel, installing a 1-1/2” NPT threaded drain flange, adding new structural channels and doubler plates to reinforce the bottom, and installing a robust 10-gauge A36 steel lid bridge. Additionally, new double wall plastic lids with nickel plated hinge rods must be fitted. Comprehensive maintenance is also directed, mandating surface preparation, priming, and application of green enamel paint to eliminate any deteriorated coatings. Each dumpster must be equipped with lock bars across the top of the lids to enhance security. The document emphasizes adherence to quality and safety protocols, reflecting the government's commitment to maintaining waste management facilities in optimal condition while ensuring efficient operation and longevity.
    The document outlines the specific repair requirements for 8 cubic yard trash dumpsters as part of a federal government Request for Proposal (RFP). The main objective is to ensure these dumpsters are restored to “like new” condition through a series of detailed repairs. Key tasks include replacing the metal bottom and sides with 10-gauge A36 steel, installing a threaded drain flange, and reinforcing the structure with new channel pieces and doublers to prevent damage. Additionally, new steel lids and plastic lids are to be installed, ensuring operational features like sliding doors and loading arms are functional. The final step involves a complete surface treatment, including sanding, priming, and painting the dumpsters with a designated color. This document serves as a guideline for contractors seeking to bid on the repair work and ensures compliance with quality standards and specifications set forth by the federal government. Overall, it emphasizes durability and maintenance of waste management equipment.
    The document outlines a comprehensive list of repair and replacement services required for 40 cubic yard compactors and open-top containers. The main objective is to ensure the structural integrity and operational efficiency of these waste management units. Key tasks include repairing and replacing various components such as the front hook and channel assembly, latch assembly, side walls, back door, and understructure rails. Additional requirements include patching holes, straightening the back door, replacing door hinges, and providing structural support through gusset installation. The document emphasizes the need for both extensive repairs and necessary replacements to combat damage from rust, dents, and wear. Moreover, preparing the units for continued use includes sanding, priming, and painting both inside and out, ensuring long-lasting durability. This structured approach reflects the government's commitment to maintaining essential waste management infrastructure through targeted repairs.
    The document outlines a series of non-recurring repair items for drop-bottom dumpsters of various capacities (8, 6, & 4 cubic yards). Its primary purpose is to specify the necessary repairs and replacements required to maintain and restore the functionality and safety of these waste management containers. The list includes detailed tasks such as repairing and replacing side swing and sliding doors, door hinges, bottoms, and structural channels. Additionally, it addresses the repair and replacement of lift pins, support systems, and the internal and external surfaces of the dumpsters. Essential maintenance procedures like sanding, priming, and painting are also highlighted. The document serves as a comprehensive guideline for contractors bidding on federal and state/local requests for proposals (RFPs) related to these maintenance activities, ensuring that the dumpsters remain in operational condition while meeting safety standards. Thus, it plays a critical role in facilitating government contracts for waste management services throughout various jurisdictions.
    The document outlines a comprehensive list of repair items for 40, 30, and 20 cubic yard roll-off containers. The primary purpose is to guide contractors in addressing maintenance and repair needs for various structural components. Key items include repairing or replacing front hooks, understructure assemblies, latches, doors, and floor, along with tackling issues like bulged sidewalls, damaged areas from rust or dents, and patching holes. It emphasizes the importance of structural integrity by detailing the necessary adjustments and reinforcements, such as installing gussets and addressing skids and support posts. The document concludes with surface treatment specifications, including sanding, priming, and painting the containers. This comprehensive approach ensures that roll-off containers remain functional and safe for use, highlighting the agency’s commitment to maintaining infrastructure standards in compliance with federal and state requirements.
    The document appears to be a repetitive reference (J-1502000-08) that lacks substantive content for analysis. Since it does not provide any context, key ideas, or supporting details, it becomes impossible to extract meaningful information or summarize its intended purpose. It seems to either represent a placeholder or a reference code without associated data that outlines goals or objectives typically found in government RFPs, federal grants, or state and local RFPs. For a comprehensive analysis or summary, more detailed content is necessary to understand the topic and scope of the referenced item.
    The document outlines a series of attachments related to a government request for proposals (RFP) focusing on waste management and repair services. The attachments include a Performance Assessment Plan, technical specifications, historical inventory data, and detailed descriptions of various repair items for trash dumpsters, compactors, open top containers, drop bottoms, and roll-off containers. Additionally, it includes sight maps and references related to landfill management software. This structured collection serves to inform potential contractors of the requirements and expectations needed to deliver effective waste management services while ensuring compliance with federal and possibly state and local regulations. The clear delineation of repair items and performance metrics underscores the government's commitment to maintaining high standards in waste management operations, facilitating a competitive procurement process.
    The document encompasses a detailed list of definitions and acronyms relevant to landscaping and maintenance services for government contracts, particularly in the context of federal Requests for Proposals (RFPs) and grants. Key terms include "Aeration," which promotes soil health by introducing air, and "Berm," a physical barrier made of earth. The definitions also cover various practices like "Pruning," the selective removal of unwanted plant growth, and "Irrigation," the process of applying water to promote vegetation health. Particular attention is given to specific measurements like "Diameter at Breast Height (DBH)" for trees and standards for service frequency, such as daily or monthly maintenance. The overarching purpose of this document is to standardize terminology and expectations for contractors involved in maintaining and landscaping federal properties, ensuring clarity in service requirements and reporting protocols. The definitions facilitate effective communication and compliance, enhancing project management and operational efficiency within the scope of government contracts. Overall, the document emphasizes quality control and safety in landscape management for government facilities, aligning with operational needs and environmental standards.
    This document provides a list of key references and technical standards relevant to tree care operations, environmental management, and safety practices as part of federal RFPs and grants. The referenced materials include ANSI standards for tree care, guidelines by the Irrigation Association for best management practices in landscape irrigation, as well as NAVFAC manuals addressing drainage, natural resource management, and fire safety protocols. Additional references cover ammunition safety, safe drinking water compliance, and pest management practices. Each document plays a critical role in ensuring adherence to safety and environmental regulations in projects related to landscaping, resource management, and public safety. The compilation serves to inform parties involved in government solicitations about the standard practices and compliance requirements necessary for successful project execution in these areas.
    The document outlines the attachments within Section J of a federal government Request for Proposals (RFP) or grant application process. It serves as a reference for definitions, technical documents, and site information relevant to the project's scope. The attachments include: 1. **Definitions and Acronyms (J-1503050-01)** – Providing essential terminology used throughout the document. 2. **References and Technical Documents (J-1503050-02)** – Listing foundational texts and studies guiding the RFP. 3. **Site Map (J-1503050-03)** – Offering a visual layout of the site related to the proposals. 4. **FAP (J-1503050-04)** – Details on the Federal Acquisition Process, which is crucial for understanding federal compliance. The section aims to ensure clarity and coherence in the proposal submission process, enhancing understanding for applicants regarding necessary documentation. The incorporation of references and definitional clarity supports effective communication and adherence to regulatory standards across federal, state, and local RFPs, facilitating a well-informed approach to proposals.
    This pre-solicitation notice informs potential contractors about the upcoming solicitation for Landfill Maintenance and Repair Services at Marine Corps Base Camp Lejeune, North Carolina. The services required include high-pressure water cleaning and inspection of leachate and sump pump lines, maintenance of various compactor types, cleaning of specified areas, annual scale maintenance, and concrete and wood grinding. This procurement is set aside for Certified Small Businesses and the NAICS code for this project is 561210. The contractor must have at least three years of experience and follow strict fire safety regulations during operations. A Firm-Fixed Price contract is anticipated, with a base year and four optional years, replacing a previous contract set to expire in April 2025. Proposals will be evaluated based on price and technical capabilities. The solicitation will be available on or around February 27, 2025, with proposals due 30 days post-issuance. Interested contractors must be registered in the System for Award Management (SAM) to participate. Contact information for inquiries is provided, with a note that telephonic questions will not be accepted.
    The file outlines a Request for Proposals (RFP) from the Naval Facilities Engineering Systems Command (NAVFAC) for landfill maintenance and repair services at Marine Corps Base Camp Lejeune, NC. The solicitation number is N40085-25-R-2529, and proposals are due by 2:30 PM EDT on March 27, 2025. This acquisition is a firm-fixed-price contract, open to small businesses, with a base period of 12 months and four one-year options. The contractor will be responsible for providing labor, materials, and supervision necessary for landfill services, complying with specifications outlined in the Performance Work Statement (PWS) and various annexes. The RFP emphasizes a performance-based service acquisition approach, highlighting the importance of contractor knowledge, industry best practices, and a partnership philosophy between the government and contractors. Identification of key personnel, insurance requirements, and safety programs are specified, along with adherence to applicable federal and state laws. Furthermore, offerors are required to register in SAM, provide a Unique Entity ID, and will be evaluated based on the proposed factors established in the solicitation. The RFP reflects the government's effort to ensure high-quality service delivery while promoting small business engagement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement is aimed at providing comprehensive facilities support services, including maintenance and management tasks, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, with a base period of one year and four optional years. The services are critical for ensuring operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to maintaining high-quality infrastructure. Interested small businesses must submit their proposals by 2:30 PM EST on March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate proposal preparation.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the demolition of fifty-three buildings at Marine Corps Base Camp Lejeune in North Carolina. This project, categorized as a Firm-Fixed Price (FFP) contract, is entirely set aside for small businesses and requires compliance with federal regulations regarding hazardous materials, including asbestos and lead-based paint, identified in prior surveys. The successful contractor will be responsible for all aspects of the demolition, including labor, supervision, and the safe disposal of hazardous materials, with a performance period of 365 days post-award. Interested parties must submit sealed bids by 10:00 AM local time on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    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.
    Marine Corps Installations East- Waste Management Services
    Buyer not available
    The Department of Defense, specifically the Commanding General of Marine Corps Installations East, is seeking qualified contractors to provide waste management services at Camp Lejeune, North Carolina. The procurement involves a fixed-price contract for the delivery, setup, routine servicing, and removal of portable toilets, hand washing stations, dumpsters, and gray water tanks to support military training activities within a 60-mile radius of the base. These services are crucial for maintaining sanitary conditions during training operations, ensuring compliance with health and safety standards. Interested small businesses are encouraged to contact Jennifer Nelson at jennifer.blair@usmc.mil or Nathan Burns at nathan.p.burns.mil@usmc.mil for further details, as this opportunity is set aside for total small business participation.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the IR Demo Projects FY24 at Marine Corps Base Camp Lejeune, North Carolina, focusing on the demolition of fifty-three buildings. The project requires contractors to provide all necessary labor, equipment, and supervision while adhering to safety and environmental regulations, particularly concerning hazardous materials such as asbestos and lead-based paint identified in prior surveys. This demolition initiative is crucial for improving facility safety and operations at the military base, with a firm-fixed-price contract set aside exclusively for small businesses under NAICS code 238910. Proposals are due by 10:00 AM (EST) on March 19, 2025, and interested vendors should contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the construction of the P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance operational capabilities for the Marines stationed at the base. The successful contractor will be responsible for the construction of various facilities that support maintenance and operational functions, which are critical for the readiness of military operations. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or call 757-341-1999 for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.
    IDIQ Small Business Multiple Award Construction Contract for General Construction Projects Primarily for the Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Small Business Multiple Award Construction Contract focused on general construction projects primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point in North Carolina. The procurement aims to award approximately five contracts, with a total estimated value not to exceed $495 million over five years, emphasizing the importance of contractor performance, safety measures, and compliance with federal standards. This opportunity is a total small business set-aside under NAICS code 236220, and interested contractors must submit their proposals, including past performance evaluations, by the specified deadlines. For further inquiries, potential bidders can contact Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    Repair Stormwater Manhole Behind B1665
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of a stormwater manhole located behind Building B1665 at Marine Corps Air Station Cherry Point, North Carolina. The project involves the removal and replacement of a concrete slab, excavation of the existing manhole, and installation of necessary components, all in compliance with updated specifications and safety regulations. This repair is critical for maintaining the operational integrity of the military installation and ensuring effective stormwater management. Interested contractors must submit their proposals by March 6, 2025, and are required to acknowledge Amendment 0001, which clarifies project specifications and compliance standards. For further inquiries, potential bidders can contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
    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.