P993 F35 Sustainment Center, MCAS Cherry Point
ID: N4008525R2515Type: Special Notice
Overview

Buyer

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

    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, 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 sustainable building practices. The anticipated contract will be awarded for preconstruction services in May 2025, followed by construction contracts in February 2026, with interested contractors required to demonstrate relevant experience and qualifications through a detailed submission process. For inquiries, contact Brittany Cristelli at brittany.cristelli@navy.mil or call 757-341-1978.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting bids for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard Base in Florida. This project involves the construction of a 22,696 square-foot facility that includes a hangar bay for load crew training, administrative offices, classrooms, and environmental remediation of the site, with an estimated contract value between $10 million and $25 million. The procurement is set aside for small businesses, emphasizing the government's commitment to engaging smaller contractors in significant defense projects. Interested bidders must submit their proposals by 10:00 AM on March 20, 2025, and are encouraged to direct any inquiries to the primary contact, TSgt Frederick Cherry, at frederick.cherry.1@us.af.mil or 904-741-7405.
    Repair and Repave Slocum Road
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Repair and Repave Slocum Road project at Marine Corps Air Station Cherry Point, North Carolina. This project aims to enhance infrastructure by addressing pavement repair needs, with an estimated contract value between $250,000 and $500,000, to be completed within 120 days of award. The procurement is set aside for small businesses, emphasizing compliance with federal labor regulations and ethical labor practices. Interested contractors must submit their proposals by March 25, 2025, and are encouraged to acknowledge Amendment 0001, which clarifies bidding requirements and includes revised drawings. For further inquiries, potential bidders can contact Josef Vallone or Ericka J. Bishop via the provided email addresses or phone numbers.
    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.
    Sources Sought Request: Nellis AFB Building 262 Hangar Addition / Alteration Design Build
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the design and construction of an addition and alteration to Building 262 Hangar at Nellis Air Force Base in Nevada. The project involves repairing a 1950s era hangar to accommodate a new F-35 Air Maintenance Squadron, which includes structural repairs, modifications to administrative spaces, and the construction of a 4,062 GSF addition with various support facilities. This procurement is crucial for enhancing military readiness and ensuring compliance with DoD standards, with an estimated construction price range between $10 million and $25 million and a total performance period of 730 calendar days. Interested parties must submit their capability statements to Roger Minami at Kinya.R.Minami@usace.army.mil by April 11, 2025, as this notice is for information gathering only and does not constitute a request for proposals.
    F-35 Maintenance Facility, Phase 1
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the construction of the F-35 Maintenance Facility, Phase 1, at Hill Air Force Base in Utah. This procurement aims to establish a facility dedicated to the maintenance of F-35 aircraft, which is critical for ensuring operational readiness and support for the U.S. Air Force's advanced fighter capabilities. The project falls under the NAICS code 236210 for Industrial Building Construction and the PSC code Y1EB for Construction of Maintenance Buildings. Interested parties can reach out to Natalia Gomez at natalia.gomez@usace.army.mil or by phone at 916-557-6868, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further information.
    Replace Defective Generator B400
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the replacement of a defective generator at Marine Corps Air Station Cherry Point, North Carolina. The project involves the installation of a Kohler 80 REOZJF generator, with specific requirements for safety, minimal disruption during installation, and compliance with federal contracting standards. The estimated cost for this project ranges from $25,000 to $100,000, and the selected contractor must complete the work within 60 days of award. Proposals are due by March 20, 2025, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV project at Camp Lejeune, North Carolina. This project involves critical maintenance work, specifically the replacement of locksets on multiple living area doors across 53 BEQ buildings, with an estimated budget between $5 million and $10 million. The selected contractor will be responsible for ensuring compliance with federal wage standards and maintaining operational continuity during the repair process, with a contract completion timeline of approximately 540 days. Interested small businesses must submit their proposals by March 13, 2025, at 2:00 PM, and are encouraged to attend a site visit scheduled for March 5, 2025, to better understand the project requirements. For further inquiries, contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P-909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    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 an estimated total construction cost not to exceed $495 million over five years, emphasizing the participation of small businesses in fulfilling federal contracting obligations. This initiative is critical for maintaining and enhancing military facilities, ensuring compliance with safety and quality standards, particularly in light of ongoing renovations and the management of hazardous materials such as asbestos. Interested contractors should submit their proposals, including past performance evaluations, by the specified deadlines, and may direct inquiries to Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    Water Leak in Roadway in South Bound Lane of North Range Road
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the urgent repair of a water leak in the southbound lane of North Range Road at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. The project involves the excavation and repair of a leaking 10-inch asbestos cement waterline, requiring contractors to provide all necessary labor, materials, and technology while adhering to strict safety and regulatory compliance measures. This repair is critical to maintaining the integrity and safety of the roadway, which is essential for traffic flow and base operations. Proposals are due by March 19, 2025, with an estimated project cost between $25,000 and $100,000, and 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.