IR DEMO Package FY24 Marine Corps Base Camp Lejeune
ID: N40085-25-B-2500Type: Sources Sought
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS) (P500)

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) 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.

    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic issued a Sources Sought Notice to identify potential contractors, particularly small businesses, for the demolition of 53 buildings at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The notice aims to collect market research data and may lead to a small business set-aside for this contract. Interested companies, including HUB Zone Small Businesses and Service-Disabled Veteran Owned Small Businesses, are invited to submit capability statements highlighting their qualifications and past experiences. The work will include all necessary labor and management, with specific details to be outlined in the forthcoming solicitation. The contract will be a Firm-Fixed Price type with a base period of 365 days. Contractors must comply with Environmental Protection Agency certifications and bear any costs related to damage to utilities during the work. Responses must be submitted by December 15, 2024, via email, with the actual solicitation available on sam.gov on or after February 23, 2025. The Government encourages robust participation from small businesses to determine eligibility for a set-aside designation before proceeding with the broader solicitation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 for further information.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    D-10298 Mainside Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base Camp Lejeune, North Carolina, under the D-10298 Mainside Pay As Cut FY26 contract. This pay-as-cut timber sale requires bidders to meet or exceed government estimated unit prices for various timber products, with the highest total bid winning the contract, which extends until December 31, 2027. The timber sale is crucial for supporting construction projects and silvicultural work, emphasizing safety and environmental responsibility throughout the logging process. Bids are due by 2:00 PM local time on January 8, 2026, with a required bid deposit of 20% and performance bond of $25,000; interested parties should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    D-10299 Verona Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base, Camp Lejeune, North Carolina, under the "D-10299 Verona Pay As Cut FY26" contract. This pay-as-cut timber sale requires bidders to submit unit prices for various timber classifications, with the highest bidder awarded the contract, and mandates that projects containing over 1000 tons of merchantable timber must be harvested. The bid opening is scheduled for January 8, 2026, at 2:00 PM local time, and interested parties should direct inquiries to Mark Moran at mark.j.moran.civ@us.navy.mil or (757) 341-0697. Bidders must comply with specific requirements outlined in the Invitation for Bids, including performance bonds and safety regulations, with the contract term extending until December 31, 2027.
    D-10300 Sandy Run Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the D-10300 Sandy Run Pay-As-Cut Timber Sale at Marine Corps Base, Camp Lejeune, North Carolina. This procurement involves the purchase and removal of timber, with bids due by January 8, 2026, at 2:00 PM local time, requiring a bid deposit and performance bond of $25,000 each. The timber sale is designed to facilitate the harvest of merchantable timber for construction and silvicultural projects, emphasizing responsible harvesting practices and environmental compliance. Interested bidders should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    Provide Prohibited/Restricted Signs at Range and Training Areas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of prohibited and restricted signs at various bombing ranges and training areas at Marine Corps Air Station Cherry Point, North Carolina. The project aims to enhance safety by clearly delineating restricted areas, specifically by placing "Unexploded Ordnance - Do Not Enter" signs at Raccoon Island, Maw Point, and Pamlico Point, with strict adherence to safety protocols and the requirement for UXO technicians. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by January 14, 2026, and a mandatory site visit scheduled for December 22, 2025. Interested contractors should contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Multiple Services Contract
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses to provide multiple facility support services at Marine Corps Air Station Cherry Point, North Carolina. This sources sought notice aims to identify potential offerors capable of performing a range of maintenance and repair services, including HVAC systems, fire protection systems, and sewage plant operations, among others, under a firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract structure. Interested small businesses, particularly those classified as 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, or Economically Disadvantaged Women Owned, are encouraged to submit a capabilities package by December 16, 2025, at 2:00 PM Eastern Time, to Joanna Miller at joanna.d.miller2.civ@us.navy.mil, with a maximum attachment size of 10Mb.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of two road plates on the Runway 23R Service Road at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7273833, is restricted to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors and has an estimated cost of less than $25,000, with a completion timeline of 60 calendar days. The work is critical for ensuring safe vehicle traffic over drainage channels and requires strict adherence to base regulations, including a mandatory site visit on December 15, 2025, and proposal submissions by December 30, 2025, at 12:00 PM EST. Interested contractors should contact Kathryn French Nethercutt at kathryn.l.nethercutt.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.