P-993/995, F-35 AIRCRAFT SUSTAINMENT CENTER AND COMPOSITE REPAIR FACILITY, MARINE CORPS AIR STATION (MCAS) CHERRY POINT, NORTH CAROLINA.
ID: N4008525R2515Type: Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 6:00 PM UTC
Description

The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the F-35 Aircraft Sustainment Center and Composite Repair Facility at Marine Corps Air Station Cherry Point, North Carolina. This project involves the development of a 255,461 square foot hangar to support 20 F-35 aircraft, including maintenance bays, administrative spaces, and specialized repair facilities for advanced composites and rotor blades, with a focus on sustainability and the use of eco-friendly materials. The anticipated award for preconstruction services is scheduled for May 2025, with construction contracts targeted for February 2026. Interested contractors must submit their proposals by April 15, 2025, and can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 9:08 PM UTC
The document contains an amendment to a solicitation for the F-35 Aircraft Sustainment Center and Composite Repair Facility at Marine Corps Air Station, Cherry Point, North Carolina. The proposal due date remains unchanged at April 11, 2025. The amendment includes responses to Pre-Proposal Inquiries (PPIs) from contractors, addressing concerns over project scope, proposal timelines, documentation requirements, and contractor qualifications. Notably, it confirms the requirement for a minimum of two completed projects related to Early Contractor Involvement (ECI) within the last ten years, and provides clarity on resume requirements and experience criteria for personnel involved in the project. Additional contract clauses were amended or added, with some being deleted. Key changes involve updated representation and certification requirements, including specific codes and size standards for eligible businesses. The document highlights the importance of adherence to regulations and timely acknowledgment of amendments by contractors, delineating the conditions under which proposals may be modified or adjusted. The summary encapsulates the intended direction for contractors participating in the bidding process, ensuring compliance and clarity as they prepare their submissions.
Apr 9, 2025, 9:08 PM UTC
The document details Amendment 0002 to Solicitation No. N4008525R2515 related to the F-35 Aircraft Sustainment Center and Composite Repair Facility at Marine Corps Air Station in Cherry Point, North Carolina. It serves to clarify inquiries regarding the proposal requirements due on April 11, 2025, and offers critical responses to pre-proposal inquiries (PPIs). Key issues addressed include confirmation of the appropriate VETS-4212 filing cycle, specifications regarding in-person design review meetings, and qualifications for system experts. The government indicated that meeting logistics, including the possibility of virtual attendance, should be factored into travel prices. It also clarified required experiences for prospective contractors, particularly for those specializing in airfield paving and paint booth manufacturing. The amendment necessitates that offerors confirm receipt to avoid proposal rejection and indicates that the proposed organizational chart can utilize either 8.5x11 or 11x17 paper. This amendment reflects the government's intent to streamline communication and ensure clarity in the bidding process while maintaining necessary confidentiality of sensitive information shared by contractors during the proposal evaluation. Overall, it aims to facilitate a fair and organized proposal process while ensuring compliance with the solicitation requirements.
Apr 9, 2025, 9:08 PM UTC
The document details Amendment 0003 of solicitation N4008525R2515 for the construction of the P993 F-35 Aircraft Sustainment Center and P995 Composite Repair Facility at Marine Corps Air Station, Cherry Point, North Carolina. The proposal due date is extended to 15 April 2025 at 1400 EDT. Key changes include revisions to project descriptions, basis for award, and evaluation factors, which are crucial for contractors seeking to participate in the bidding process. The projects are structured as design-bid-build, using an Early Contractor Involvement (ECI) approach, with the intention to award Firm Fixed Price (FFP) contracts for pre-construction services. A maximum of three contracts will be awarded in Segment I, which serve as a pre-qualification for future construction services under Segment II. The document outlines the necessary qualifications, including a comprehensive evaluation of past performance and relevant experience, ensuring that only capable contractors are selected. Important factors for evaluation encompass corporate experience and the proposed pre-construction services approach. The evaluation emphasizes project complexity, financial stability, and effective risk management strategies, aiming to optimize collaboration and enhance project delivery. This procurement process highlights the government's commitment to quality construction and efficient project management through stringent contractor selection criteria.
Apr 9, 2025, 9:08 PM UTC
The document pertains to the PPI Submission Form for the F-35 Aircraft Sustainment Center and the Composite Repair Facility located at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. It outlines the federal government’s request for proposals (RFPs) related to the sustainment and repair of advanced military aircraft capabilities. Although detailed specifics are not included in the provided text, the form serves as an administrative vehicle for submissions regarding contracts and grants linked to the maintenance and enhancement of F-35 aircraft, indicating a focus on improving military readiness and technological capabilities. The submission process requires various submissions to be formatted and documented adequately, underscoring the importance of compliance with regulatory standards in governmental procurement activities. This initiative reflects the Department of Defense's efforts to sustain air combat readiness and ensure that facilities supporting military aircraft are operational and technologically effective. Overall, the document encapsulates an essential component of the federal contracting process aimed at bolstering national defense infrastructure through strategic proposals and funding adjustments.
Apr 9, 2025, 9:08 PM UTC
The Construction Experience Project Data Sheet is a structured form for collecting information related to construction projects submitted in response to government RFPs. It outlines key sections to gather detailed project experiences from firms, such as their role (prime contractor, subcontractor, or joint venture), specific contract details, work performed, and types of construction involved (new construction, renovation, etc.). The document requires submission of relevant project data, including award and completion dates, financial figures (award amount and final price), and descriptions of unique features and sustainability certifications. In addition, it asks for information on self-performed work and project descriptions that demonstrate alignment with the RFP’s requirements. This form serves to assess the qualifications of firms and their suitability for future government contracts in construction, ensuring compliance with federal and local tender processes while promoting transparency in project capabilities and experiences.
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) collects contractor performance information for federal and state/local projects. The questionnaire requires contractors to provide their firm details, project involvement (as prime contractor, subcontractor, etc.), contract specifics, and project relevance. Clients are then prompted to evaluate the contractor's performance using predefined adjective ratings: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, and Not Applicable. The evaluation covers multiple aspects, including quality of work, timeliness, customer satisfaction, management effectiveness, cost management, safety adherence, and compliance with contractual terms. Clients are encouraged to provide narratives describing specific strengths and weaknesses of the contractor, making it a critical tool for assessing performance risk. The completed questionnaire aids NAVFAC in awarding future contracts by verifying the contractor’s capabilities through feedback from clients who have previously worked with them. Overall, this form underscores the importance of past performance evaluations in the government procurement process.
Apr 9, 2025, 9:08 PM UTC
This document serves as a Non-Disclosure Agreement (NDA) for individuals associated with a federal agency, ensuring the protection of Controlled Unclassified Information (CUI). It outlines the responsibilities of signers—including employees, consultants, and subcontractors—pertaining to access, handling, and safeguarding CUI obtained while performing functions for the government. Key aspects include a commitment to non-disclosure, the necessity of training on CUI handling, and obligations to report any unauthorized disclosures. The agreement emphasizes the legal implications of breach, including potential civil and criminal penalties. Signers acknowledge the government’s ownership of information and agree to protect CUI according to specified regulations and guidance. Overall, the document underscores the importance of maintaining confidentiality and adhering to federal protocols regarding sensitive information access, particularly in the context of federal contracts and grants.
Apr 9, 2025, 9:08 PM UTC
The Small Business Subcontracting Plan outlines the requirements for large businesses submitting proposals under federal contracts. It ensures compliance with Federal Acquisition Regulations (FAR) related to small business participation. The plan requires contractors to specify overall contract and subcontract values, establish rigorous goals for small business involvement, and detail the types of products and services to be subcontracted. Additionally, contractors must identify methods for developing subcontracting goals, sourcing potential subcontractors, and administering the subcontracting program, including outreach strategies to encourage bid participation from small businesses. Key points include the necessity of setting measurable targets, documenting outreach efforts, and maintaining accurate records to monitor compliance. The appointed administrator of the subcontracting program is responsible for ensuring timely payments to subcontractors and promoting fair opportunities for small business participation. Regular reporting through the Electronic Subcontracting Reporting System (eSRS) is mandated to track performance against the established goals. This plan fundamentally serves to enhance the federal government's commitment to fostering small business contributions in publicly funded projects, promoting economic diversification and support for minority-owned enterprises.
Apr 9, 2025, 9:08 PM UTC
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage their accounts within the Department of Defense's solicitation module. The guide highlights two key roles for vendors: Proposal Manager and Proposal View Only, with the former necessary for submitting offers. New users are provided step-by-step instructions for self-registration, detailing account creation, profile completion, role selection, and necessary justifications. Existing users are instructed on how to add additional roles after logging into their accounts. The document also includes resources for getting started, account support, and technical assistance. A Roles and Actions/Functions Matrix delineates the specific actions available to each vendor role, such as submitting and viewing offers and creating unsolicited proposals. This guide aims to streamline vendor interactions with the DoD's procurement system, ensuring a more secure and efficient solicitation process.
Apr 9, 2025, 9:08 PM UTC
The document outlines a Request for Proposal (RFP) for Early Contractor Involvement (ECI) preconstruction services related to the P993 F-35 Aircraft Sustainment Center and P995 Composite Repair Facility at Marine Corps Air Station Cherry Point, North Carolina. The RFP is structured into sections, including details on the solicitation, supplies or services, and specific contract clauses. The government intends to establish a firm fixed-price contract for Segment I, which encompasses evaluating the design documents, identifying potential constructability challenges, and providing cost information while collaborating with the Designer of Record. Only prequalified contractors from this solicitation will be allowed to bid on the subsequent Segment II—construction services. Key services in preconstruction include design consultation, schedule development, and cost estimating. The facilities will support F-35 aircraft with sustainability as a focus, indicating a commitment to using eco-friendly materials. The anticipated award for preconstruction is scheduled for May 2025, with construction contracts targeted for February 2026. The document emphasizes a collaborative approach in optimizing project delivery while ensuring compliance with various regulations and standards.
Dec 19, 2024, 9:24 PM UTC
The document outlines the Industry Day agenda and procurement strategy for the F-35 Aircraft Sustainment Center and Composite Repair Facility at Marine Corps Air Station Cherry Point, North Carolina. Scheduled for December 19, 2024, the event aims to inform industry stakeholders about the forthcoming solicitation, project scope, timelines, and construction challenges. It emphasizes that this gathering is not a Request For Proposal (RFP) but a planning session for industry input in shaping the procurement process. The procurement strategy involves a Design-Bid-Build approach with early contractor involvement (ECI) and a projected project budget between $250 million to $500 million. There are two segments: ECI and construction, with careful selection criteria focusing on both price and non-price factors, notably corporate experience and safety. The timeline for ECI is set from January to March 2025, followed by construction RFPs in September 2025, culminating in an estimated construction duration of 1,274 days. Environmental and sustainability objectives are integral to the project, aligning with federal goals for energy efficiency and reduced carbon emissions. The facility aims to achieve net-zero emissions and maximize the use of renewable energy sources, highlighting its commitment to sustainable construction practices. Overall, the document signifies a comprehensive strategy for engaging the construction industry while promoting sustainability in military infrastructure development.
Dec 19, 2024, 9:24 PM UTC
The MCAS Cherry Point Industry Day, scheduled for December 19, 2024, aims to inform contractors about two upcoming projects: the F-35 Sustainment Center (P-993) and the Composite Repair Facility (P-995) at Marine Corps Air Station, Cherry Point, North Carolina. The event, hosted by the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, will provide insights and allow participants to pose questions before the official advertisement in January 2025. The F-35 Sustainment Center will encompass a 255,461 square-foot hangar designed for 20 F-35 aircraft, integrating sustainable materials in its construction. It features maintenance bays, administrative space, and specialized shops. In parallel, the 105,755 square-foot Composite Repair Facility will support advanced composite and rotor blade repairs, comprising dedicated areas for manufacturing, climate-controlled environments, and shared amenities to enhance efficiency. The agenda includes opening remarks, project presentations, and a Q&A session, with RSVPs required by December 18. This event illustrates the government's ongoing investment in military infrastructure and its commitment to sustainable, innovative construction practices.
Lifecycle
Similar Opportunities
Repair Roof, Building 4066 OPS Training
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the roof at Building 4066, OPS Training, located at Marine Corps Air Station Cherry Point, North Carolina. This project, designated as Project No. 7394485, involves addressing various roof deficiencies and requires coordination with a designated Contracting Officer Representative, ensuring minimal disruption to ongoing operations. The contract is set aside for small businesses under the Roofing MACC contractors, with an estimated bid range of $25,000 to $100,000, and proposals are due by May 13, 2025. Interested contractors should direct inquiries to Josef Vallone at josef.a.vallone.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil, and must comply with prevailing wage laws and safety regulations throughout the project.
Repair Concrete Catwalks and Stairwalls, Buildings 4295 And 4296
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the repair of concrete catwalks and stairwalls at Buildings 4295 and 4296 located at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7438311, requires contractors to rehabilitate existing concrete structures while minimizing disruption to the occupied buildings, with a completion timeline of 120 days post-award and a budget estimated between $100,000 and $250,000. The procurement is restricted to specific M&R MACC contractors, emphasizing compliance with safety and quality standards, including adherence to the Davis-Bacon Act for wage regulations. Interested contractors must submit their proposals by May 20, 2025, and can contact Joanna Miller at joanna.d.miller2.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
Replace Perimeter Fence Damage, Runway, Station
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the replacement of a damaged perimeter fence at Marine Corps Air Station Cherry Point, North Carolina. The project involves the removal of approximately 120 feet of existing fence and the installation of 130 feet of a new galvanized chain link fence, including barbed wire, with strict adherence to security and safety regulations. This procurement is set aside for small businesses, with an estimated contract value between $25,000 and $30,000, and proposals are due by May 21, 2025, at 12:00 PM local time. Interested contractors should contact Kathryn French Nethercutt or Ericka J. Bishop for further details and must acknowledge receipt of amendments to ensure compliance with submission requirements.
Clean & Paint Markings on Runway, Taxiway, & Aprons G23
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Clean & Paint Markings on Runway, Taxiway, & Aprons project at Marine Corps Air Station Cherry Point, North Carolina. This project involves cleaning and restriping runway and taxiway markings, with a budget between $500,000 and $1,000,000, and is expected to be completed within 180 days post-award. The procurement is limited to pre-approved General MACC contractors, emphasizing compliance with safety regulations and the Davis-Bacon Act for wage determinations. Interested contractors must submit their proposals electronically by May 15, 2025, and can direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
Replacing Missing Stucco Facade, Building 4169
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the missing stucco façade at Building 4169, located at Marine Corps Air Station Cherry Point, North Carolina. This project involves refurbishing the building's exterior, with a completion deadline of 60 days post-award and an estimated cost ranging from $25,000 to $100,000, exclusively open to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors. The procurement emphasizes compliance with federal labor regulations, including wage determinations, and requires contractors to submit bids by May 14, 2025, along with necessary bid bonds. Interested contractors can reach out to Evan Dumke or Ericka J. Bishop for further information.
Repairs to Room 112 Building 4305 for KC130 OTA #6
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Room 112 in Building 4305A at Marine Corps Air Station Cherry Point, North Carolina. This project, designated as Project No. 7434031, involves the installation of electrical infrastructure, including a ground bar, a new electrical panel, and an Emergency Power Off switch, with a target completion date of 60 days post-award. The estimated cost for this procurement is under $25,000, and it is restricted to specific M&R MACC contractors, with proposals due by May 22, 2025. Interested contractors should contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-1458 2nd Radio Battalion Complex, Phase 2, which includes a Parachute Maintenance Facility and a Supply Warehouse at Marine Corps Base, Camp Lejeune, North Carolina. The project entails designing and constructing facilities that comply with Anti-Terrorism/Force Protection (ATFP) standards, featuring specialized construction elements such as reinforced concrete structures and advanced mechanical systems. With a budget of approximately $18,030,800 and an estimated completion timeline of 780 days post-award, interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or call 757-341-0559.
P196U Construct Range Operations Facility
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the construction of the P196U Range Operations Facility at Marine Corps Air Station Cherry Point, North Carolina. This project, designated as a Total Small Business Set-Aside, aims to enhance military operational readiness by providing a facility that meets stringent safety and building code requirements, including fire protection systems and mechanical systems tailored for military training operations. The estimated contract value ranges between $5 million and $10 million, with a mandatory site visit scheduled for April 30, 2025, and bids due by May 21, 2025, at 1:00 PM local time. Interested contractors can reach out to Kimberly Lacy or Ericka J. Bishop at the provided contact information for further details.
Repair Replace Concrete Top, Pump Station B-4226
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and replacement of the concrete top at Pump Station B-4226 located at Marine Corps Air Station Cherry Point, North Carolina. This project involves relocating a hoist to a new concrete footing while ensuring minimal disruption to ongoing operations, with strict adherence to safety regulations and operational protocols. The estimated cost for this procurement ranges from $26,000 to $30,000, with a completion timeframe of 45 days post-award. Interested contractors, specifically those listed as M&R MACC contractors, must submit their proposals by May 21, 2025, and direct any inquiries to Kathryn French Nethercutt or Ericka J. Bishop via the provided email addresses.
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, designated as N40085-25-R-2620, involves comprehensive construction work with an estimated cost between $10 million and $25 million, requiring completion within 730 days after award. The procurement is set aside for small businesses, and contractors must adhere to strict safety and environmental regulations while utilizing the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors should submit their proposals by April 9, 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 information.