Bldg 1005 and 1308 Roof Repairs
ID: N4008525R2517Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs at Buildings 1005 and 1308 located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of existing roofing materials and installation of new roofing systems, adhering to strict safety and environmental protocols, with a total estimated cost between $1 million and $5 million. This procurement is part of ongoing infrastructure maintenance efforts, emphasizing compliance with federal standards and labor laws, including the Davis-Bacon Act. Proposals are due by November 12, 2024, with a site visit scheduled for October 22, 2024; interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Asbestos Inspection Report for Building #1005 at MCB Camp Lejeune, conducted on June 1, 2022, identifies several asbestos-containing materials (ACM) within the structure. Key findings include damaged non-friable materials such as 9-inch black floor tiles, residual mastic, and sink undercoating, with a significant presence of ACM noted in various building locations. The building, constructed in 1943, has undergone multiple renovations, yet much ACM remains despite limited remediations. The report emphasizes that intact and undisturbed ACM does not pose a significant health hazard unless disturbed, which could release airborne fibers. It provides strict guidelines to avoid disturbing ACM, outlines corrective actions for any damage, and recommends periodic inspections. The Asbestos Program Manager, Billy Parkin, is available for inquiries regarding the ACM and survey findings. This document serves as a critical resource for ensuring compliance with health and safety regulations, particularly concerning federal mandates on hazardous materials in government-funded facilities. It underscores the importance of proper handling and management of asbestos in planning future renovations or interventions to prioritize occupant safety.
    The Asbestos Inspection Report for Building #1308 at MCB Camp Lejeune, conducted on July 5, 2023, indicates that no asbestos-containing materials (ACM) were identified during the initial inspection, leading to a hazard ranking of 0 (blue). The report emphasizes that though several non-friable ACMs, including drywall joint material, duct sealant, floor tiles, and ceiling tiles, were documented in prior inspections (dated March 22, 2006), they do not pose significant health risks as long as they remain intact and undisturbed. Recommendations include avoiding disturbance of ACM to prevent airborne fibers and reporting any damage or changes in material conditions to the Asbestos Program Manager. It is noted that inspections for ACM will occur periodically to monitor their condition. Contact information for the Asbestos Program Manager is provided for any inquiries or reports concerning ACM.
    The document outlines a federal solicitation for roof repairs at Buildings 1005 and 1308 at MCB Camp Lejeune, North Carolina, issued under Solicitation No. N40085-25-R-2517. This project, designated Project No. 23-0062, has an estimated cost between $1 million and $5 million, with a completion deadline of 360 days after award. The award will be made to the lowest-priced offeror, and proposals are due by November 12, 2024, at 3:00 PM EST. A site visit is scheduled for October 22, 2024, and interested contractors must submit their bids and proposals via specified emails while adhering to bonding requirements based on bid amounts. The document stresses that funding availability is not guaranteed, and proposals must include a completed pricing sheet attached. Wage determinations are outlined according to the Davis-Bacon Act, ensuring compliance with federal wage laws. A detailed pricing structure requires offers on all line items, with the possibility for the government to award additional work within 60 days post-initial contract award. This solicitation is emblematic of federal projects focused on infrastructure repair and maintenance, showcasing rigorous adherence to compliance and labor standards.
    The document is a comprehensive base map for Camp Lejeune, detailing various geographical features and infrastructure within the area, including counties, bodies of water, and specific locations identified for military operations. The map encompasses a wide range of coordinates and labels, showcasing land use patterns and key facilities, such as parade fields and ponds. The multitude of entries indicates a detailed layer of information applicable for military planning and resource management. The primary purpose of this map is to serve as a logistical tool for military operations and planning, particularly in relation to government RFPs (Requests for Proposals) and grants. Its focus on geographical data aids in the identification and assessment of operational areas, ensuring that decision-making processes are informed by accurate spatial representations. This enhances situational awareness for both military and governmental entities in planning and conducting operations in the Camp Lejeune area, aligning with broader objectives of the federal and state level regarding resource allocation and environmental considerations.
    The document outlines the project for roof repairs at Buildings 1005 and 1308 located within Marine Corps Base (MCB) Camp Lejeune, NC. It includes a comprehensive overview of the work to be performed, which encompasses removal of existing roofing materials, installation of new roofing systems, and adherence to safety protocols during the construction process. The project is structured into multiple divisions covering general requirements, existing conditions, wood, plastics and composites, thermal and moisture protection, openings, and electrical aspects. Details such as phased construction schedules, work restrictions, administrative requirements, progress schedules, and procedures for submittals and quality controls are included. The stipulations mandate the protection of existing vegetation and the requirement for utility location services prior to excavation. Contractor access and identification procedures through the Defense Biometrics Identification System (DBIDS) are specified for security compliance. The requirements for ensuring environmental protection, safety measures, and progress reporting mechanisms are elaborated, ensuring strict adherence to military standards and communication protocols during the construction process. This document is a typical Federal Request for Proposal (RFP) and demonstrates a formal and structured approach to contracting for government construction projects, emphasizing compliance and accountability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RR460 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the RR460 Roof Repairs project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive roof repairs, including the demolition of existing roofing materials and the installation of a new modified bitumen roofing system, while ensuring minimal disruption to ongoing operations and compliance with safety and structural standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 270 days post-award. Interested contractors must submit proposals by November 15, 2024, and are encouraged to contact Clifton Gaither or Lauren Loconto for further details regarding the project and mandatory site visit scheduled for October 21, 2024.
    WC300 Grounds Renovations
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the WC300 Grounds Renovations project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive renovations of the grounds surrounding the Wallace Creek Barracks, including the removal of unmaintained landscaping features, debris clearing, leveling, and the installation of centipede sod, which must be maintained for 30 days post-installation. The contract is set aside for small businesses, with an estimated value between $100,000 and $250,000, and proposals are due by November 6, 2024, at 3:00 PM EST. Interested contractors should contact Angela Little or Lauren Loconto for further details and are encouraged to attend a site visit scheduled for October 9, 2024.
    AS211 Generator Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the AS211 Generator Replacement project at Marine Corps Air Station Camp Lejeune, North Carolina. This project involves the removal of an existing generator and the installation of a new generator, along with associated electrical components and infrastructure improvements to ensure reliable backup power for critical facilities. The contract is set aside for small businesses, with an estimated construction cost between $250,000 and $500,000, and proposals are due by November 6, 2024. Interested contractors should contact Kyle Vaughan at kyle.l.vaughan2.civ@navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details, and a site visit is scheduled for October 15, 2024.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    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.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
    Generator Replacement at Water Wells
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of generators at potable water wells located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of four existing generators and the installation of new units, with specific requirements for power capacities and necessary electrical modifications to ensure compliance with safety and security protocols. This initiative is crucial for maintaining reliable power for essential water services on the base, reflecting the government's commitment to infrastructure integrity in military facilities. Interested contractors must submit their proposals by November 12, 2024, following a scheduled site visit on October 21, 2024, and can contact Jessica Huebner or Lauren Loconto for further details.
    7357795 Replace Chiller, Station, Building 1
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller at Building 1, Marine Corps Air Station Cherry Point, North Carolina, under project number 7357795. This project involves the demolition of the existing chiller and chilled water circulation pumps, installation of new air-cooled machinery, and modifications to the chilled water piping systems, all while maintaining building occupancy. The contract is set aside for specific pre-approved Mechanical MACC contractors, with a project completion timeline of 280 calendar days and an estimated cost range of $500,000 to $1,000,000. Proposals are due by November 6, 2024, and interested contractors must attend a mandatory site visit on October 16, 2024. For further inquiries, contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or call 252-466-5930.
    P-226 MAINTENANCE FACILITY AND MARINE AIR GROUP HEADQUARTERS, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the construction of the P-226 Maintenance Facility and Marine Air Group Headquarters at Marine Corps Air Station in Cherry Point, North Carolina. This project encompasses the construction of an aircraft engine maintenance shop, a headquarters administration facility, and associated renovations, including site improvements and the demolition of three existing buildings. The successful contractor will be required to demonstrate relevant construction experience and a commitment to small business participation, with a minimum 20% subcontracting goal. Proposals are due by October 29, 2024, and interested parties can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further details.
    Landfill Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to provide landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The scope of work includes high-pressure water cleaning, grounds maintenance, dumpster refurbishment, cleaning of the brass collection area, maintenance of landfill scales, and heavy equipment services. This procurement is crucial for maintaining operational efficiency and environmental compliance at the landfill facilities. Interested vendors must submit a capability statement confirming their Small Business status by November 1, 2024, to the designated contracting officers, Benjamin A. Bryan and Regenia D. Guest, via email.
    Modify DOAS to Provide Dehumidification B4311 & B4313
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the modification of the Dedicated Outside Air System (DOAS) to enhance dehumidification capabilities at Marine Corps Air Station Cherry Point, North Carolina. This project specifically targets Buildings 4311 and 4313, aiming to improve HVAC performance and humidity control while minimizing disruption to ongoing operations. The estimated cost for this procurement ranges from $500,000 to $1,000,000, with a completion timeline of 210 calendar days post-award. Proposals must be submitted electronically by November 7, 2024, and interested contractors should direct inquiries to Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.