MRSG Motor Pool Fence RR465
ID: N4008525R2600Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking proposals for the construction of approximately 400 linear feet of galvanized steel chain link fence at Camp Lejeune, North Carolina, under the MRSG Motor Pool Fence RR465 project. This initiative aims to enhance physical security by replacing an existing fence that does not meet safety regulations, incorporating features such as "Y" outriggers and barbed wire, while ensuring compliance with the established Physical Security Program Manual. The project is critical for maintaining operational integrity and safety standards at the facility, with an estimated funding requirement of $0.10 million and a proposal submission deadline of February 28, 2025. Interested contractors must contact Emily Walton at emily.a.walton6.civ@us.navy.mil or call 757-994-5759 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The project involves the construction of approximately 400 linear feet of galvanized steel chain link fence with "Y" outriggers and barbed wire along RR465. Notably, during the entire construction period, the facility will remain operational, requiring the contractor to minimize interference with its normal functions. Supervision of the project may be consolidated under a single qualified individual who can fulfill the roles of Superintendent, Quality Control Manager, and Safety & Health Officer, as outlined in the project specifications. This initiative underscores the importance of maintaining operational integrity while implementing security measures through the fencing project.
    The MRSG (Marine Raider Support Group) proposes the construction of approximately 400 linear feet of galvanized steel chain link fence at Camp Lejeune, North Carolina, under Project #LE24S02R for FY24, requesting $0.10 million in funding. The initiative aims to address physical security concerns, as the existing fence is too close to the parking lot, violating MCO 5530.14A, the established Physical Security Program Manual. The new fence will include "Y" outriggers and barbed wire to enhance security, while ensuring an exterior clear zone of at least 10 feet. The project also outlines the removal of the current fence structure upon completion. Failing to fund this project would result in continued non-compliance with safety regulations, potentially jeopardizing the unit's operational integrity. The accompanying MC Security Survey from May 2022 supports the proposed changes, demonstrating the critical nature of this project for maintaining proper security standards at the facility. Overall, the proposal emphasizes the importance of maintaining compliance and enhancing security measures on military installations.
    The document outlines procedures and requirements related to various contractor submissions for a project, specifically focused on the lighting inverter replacement (Contract No. 23-0401). It includes a detailed list of action codes, submission deadlines, and types of documentation needed from contractors, such as safety permits, construction schedules, quality control plans, and reports related to environmental protection. A significant emphasis is placed on safety and compliance, including accident prevention plans and permits for stormwater discharge. The structure of the document suggests a systematic approach to project management, ensuring that all necessary approvals and certifications are obtained prior to project execution. The overall purpose is to facilitate compliance with federal and local regulations while maintaining high standards of safety and quality throughout the construction process. This reflects the government’s commitment to effective project oversight in line with federal grant and RFP guidelines.
    The document outlines the contract requirements for construction work at Marine Corps Base Camp Lejeune, North Carolina. It discusses the scope of work, including phased construction schedules, existing work alterations, underground facilities identification, and confrontation protocols regarding unexploded ordnance. The contractor is required to comply with stringent safety regulations and access controls, utilizing the Defense Biometrics Identification System (DBIDS) for personnel access. Additionally, there are defined processes for submitting invoices, adhering to insurance regulations, managing submissions via NAVFAC's Electronic Construction and Facility Support Contract Management System (eCMS), and conducting preconstruction meetings. Key administrative elements focus on schedule updates, submittal requirements, and classifications of documents, including controlled unclassified information (CUI). The document emphasizes quality control, contractor responsibilities, and the necessity of a qualified superintendent on-site, ensuring all work aligns with specified construction standards while maintaining clear records for government review and approval. The overall aim is to ensure compliance with safety and regulatory mandates throughout the contract execution while facilitating effective communication and documentation processes.
    The document details a construction site visit for the MRSG Motor Pool Fence project scheduled for February 4, 2025. It appears to be a federal or state request for proposals (RFP) related to construction activities. The document is structured over five pages, listing participant details such as last name, first name, middle initial, citizenship, prime contractor, and sub-contractor, along with access and completion dates. While the specifics of the fencing project and its objectives are not provided, the repetitive nature of the pages suggests an emphasis on participant registration or attendance tracking for the site visit. Overall, this document serves to facilitate the management and oversight of the construction initiative, playing a role in ensuring compliance and organization within the procurement process for government projects.
    The Contractor Environmental Guide for Marine Corps Base Camp Lejeune serves as a resource for contractors to ensure compliance with federal, state, and Marine Corps environmental regulations while performing work at the installation. It outlines key concepts such as the Environmental Management System (EMS), the roles of the Environmental Management Division, and the responsibilities associated with environmental compliance. The guide emphasizes the importance of contractor training, including Environmental Management and General Environmental Awareness training, which must be completed prior to job commencement. The document details various environmental aspects and required permits related to air quality, hazardous materials management, emergency response procedures, and waste management, emphasizing the need for contractors to understand and implement environmental best practices. By adhering to these guidelines, contractors contribute to the overall mission of the Marine Corps, which includes protecting public health and preserving environmental quality while maintaining operational readiness. The guide underscores the contractor's responsibility for regulatory compliance and provides contact points for further assistance regarding specific environmental issues.
    The document outlines the solicitation for the MRSG Motor Pool Fence RR465 project at MCB Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2600. Interested contractors, specifically identified by contract numbers, are invited to submit proposals by February 28, 2025, with an expected completion timeframe of 180 days post-award. The estimated cost range is between $125,000 and $100,000, and proposals will be evaluated based on the lowest price. Bid bonds apply based on proposal value, with various conditions specified for submissions. Wage determinations in accordance with the Davis-Bacon Act are provided, necessitating compliance with minimum wage rates influenced by Executive Orders. A site visit is scheduled to facilitate contractor assessments, and all inquiries must be directed to the designated point of contact. The solicitation highlights the condition that funding may not be guaranteed, indicating no reimbursement for proposal costs if the award is not made. This RFP exemplifies federal contracting processes and regulatory adherence in construction projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair BEQ HP505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the repair of Bachelor Enlisted Quarters (BEQ) HP505 at Marine Corps Base Camp Lejeune, North Carolina. The project involves extensive renovations, including structural repairs, mechanical system upgrades, and compliance with safety and fire protection standards, with an estimated contract value between $10 million and $25 million. This initiative is critical for enhancing living conditions for military personnel and ensuring the facility meets modern operational requirements. Proposals are due by January 22, 2025, and interested contractors should contact Kyle Vaughan at kyle.l.vaughan2.civ@navy.mil for further details.
    Defense Supply Center Richmond(DSCR) Building 100(CDC) Perimeter Fence Replacement
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the replacement of fencing at the Defense Supply Center Richmond’s Child Development Center (CDC) in Lake Frederick, Virginia. The project entails the removal of deteriorated vinyl/rubber fencing and the installation of new vinyl-coated fabrics, gates, and top rails, with a completion timeframe of 120 days post-notice to proceed. This procurement is critical for maintaining safety and security at the facility, emphasizing the importance of quality and compliance with federal safety and environmental regulations. Interested contractors, who must have at least five years of fencing experience, can contact Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further details, and must ensure their proposals include comprehensive documentation to avoid disqualification.
    Landfill Closure Phase III
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Landfill Closure Phase III project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the final cap closure of the Piney Green Landfill, with an estimated contract value between $1 million and $5 million, and a completion timeline of 270 days post-award. The procurement emphasizes compliance with environmental management standards, including adherence to the Davis-Bacon Act for wage determinations and the Buy American Act for construction materials. Proposals are due by February 18, 2025, and interested contractors can reach out to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further inquiries.
    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 contract, set aside for small businesses under NAICS code 236220, aims to enhance construction capabilities with an estimated value of up to $495 million over five years, including a 'seed project' for the Design Wing Relocation at Camp Lejeune. Interested contractors must demonstrate their qualifications through detailed project experience and past performance evaluations, with proposals subject to a comprehensive review process emphasizing both price and technical merit. 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, with proposal submissions due by the specified deadline.
    Replace Electrical Vault Doors, Frame and Hardware B150 & B148
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of electrical vault doors, frames, and hardware at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7390922. The project entails the removal and installation of heavy-duty insulated doors and associated hardware, ensuring compliance with safety and fire regulations while minimizing disruption to ongoing operations. This procurement is crucial for maintaining the integrity and security of the facility's infrastructure. Proposals are due by March 11, 2025, with an estimated project cost between $25,000 and $100,000, 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 Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for multiple services at Marine Corps Base Camp Lejeune, North Carolina. This procurement encompasses a range of facilities support services, including maintenance and management tasks, structured under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract format, with a base period of one year and four optional years. The initiative is a total small business set-aside, emphasizing the government's commitment to engaging small businesses in fulfilling its operational requirements. Interested contractors must submit their proposals by 2:30 PM EST on March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, and are encouraged to participate in a site visit scheduled for February 13, 2025, to better understand the scope of work involved.
    Modify Pharmacy Entrance
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Modify Pharmacy Entrance" project at Marine Corps Air Station Cherry Point, North Carolina. The project aims to enhance the pharmacy access point by demolishing part of an existing wall to install a cased opening, along with associated work such as providing a steel frame and flooring, with an estimated cost of under $25,000 and a completion timeline of 150 days post-award. This initiative underscores the importance of compliance with federal wage determinations and safety regulations, ensuring minimal disruption to ongoing operations during construction. Interested contractors must submit their proposals by February 27, 2025, and can contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
    Relocate BEQ Smoke Detectors, B4166 and B4167, Station
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the relocation of smoke detectors in barracks B4166 and B4167 at Marine Corps Air Station Cherry Point, North Carolina. The project, identified as Project Number 7341320, requires contractors to complete the relocation within 90 days of contract award, with an estimated cost range between $25,000 and $100,000. This initiative is crucial for maintaining safety standards and operational efficiency within military facilities, ensuring compliance with federal regulations, including the Davis-Bacon Act for wage determinations. Interested contractors must submit their proposals by March 6, 2025, and are advised to contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further information.
    Base Housing Demolition (Multiple Locations)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified small business contractors for the demolition of fifty-seven base housing structures at Marine Corps Base Camp Lejeune in North Carolina. The project requires comprehensive demolition services, including the management of associated utilities and pavement, with an emphasis on regrading the sites to ensure positive drainage. This initiative underscores the government's commitment to small business participation in federal contracting, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by February 19, 2025, to Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil for consideration.
    Repair Hazmat Building Foundation BT11 B9064
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the Hazmat Building Foundation (BT11) at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as Project No. 7364559, involves concrete crack repairs in support beams and related work, with a focus on minimizing disruption to ongoing building operations. The estimated cost for the project ranges between $25,000 and $100,000, and the completion deadline is set for 120 days post-award. Proposals are restricted to pre-approved Civil Paving MACC contractors, with submissions due by February 19, 2025. Interested contractors can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further information.