Repair BEQ BB250
ID: N408525R9008Type: 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, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the repair of Bachelor Enlisted Quarters (BEQ) BB250 at Marine Corps Base Camp Lejeune, North Carolina. This project, estimated to cost between $10 million and $25 million, involves comprehensive renovations including structural, mechanical, and utility improvements, as well as environmental remediation efforts such as asbestos and lead paint removal. The selected contractor will be responsible for adhering to strict safety and compliance standards throughout the project, which is expected to be completed within 730 days from the award date. Proposals are due by July 30, 2025, and interested parties should 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
    This document is an amendment to a solicitation for the repair of Bachelor Enlisted Quarters (BEQ) at Camp Lejeune, issued by the NAVFAC Mid-Atlantic. Key elements include a reassertion that the deadline for proposal submission remains unchanged and a requirement for proposers to acknowledge receipt of the amendment to avoid potential rejection. Several questions raised by contractors concerning specifications and required materials were addressed, confirming the necessity for some items while stating that others, such as specific padlocks, are not required. Notable updates include the addition of a Landscape Establishment requirement in the scope of work and the provision of revised pricing sheets. The project specifications and drawings were updated to reflect these changes, and new sections for landscaping have been added to the project documentation. Overall, this amendment underscores the importance of adhering to guidelines and timeline stipulations in government contracting processes, ensuring that all parties are informed of the current requirements and modifications.
    This document details Amendment No. 0003 for solicitation N40085-25-R-9008 concerning the repair of BEQ BB250 at Camp Lejeune, North Carolina. The amendment does not change the deadline for proposal submissions and requires acknowledgment by contractors to avoid proposal rejection. It includes a series of questions and answers that clarify project specifications, specifying requirements for security features, plumbing fixtures, air distribution systems, and fire alarm panels. Notably, it confirms that flush valve water closets are to replace existing tank-assisted models, specifies the need for centipede sod over hydroseeding, and addresses minor discrepancies in air distribution sizes. The amendment also incorporates revisions to certain specification sections and clarifies acceptable finishes for hardware components. By addressing contractors' inquiries alongside administrative changes, the amendment aims to ensure compliance with project standards while facilitating a clear understanding of expectations. All other contract terms remain unchanged.
    This document is an amendment (0003) to the solicitation N40085-25-R-9008 for the repair of BEQ BB250 at MCB Camp Lejeune, North Carolina. It clarifies that the deadline for proposal submissions remains unchanged and emphasizes the necessity for contractors to acknowledge receipt of this amendment, as failure to do so may lead to their proposal being rejected. The document further details several questions and corresponding answers regarding project specifications. Key issues addressed include the requirements for security covers, insulation specifications, plumbing fixtures compatibility, as well as vegetation requirements and testing procedures for installations. Notably, amendments clarify that various components, such as shower faucets and air distribution items, must adhere strictly to the defined project specifications. In conclusion, while this amendment modifies certain specifications and clarifies project expectations, it reiterates that all remaining terms and conditions of the original solicitation are intact, thus ensuring the clarity of the contracting process within this federal government project.
    This document constitutes Amendment No. 0005 to Solicitation N40085-25-R-9008, associated with the repair of BEQ BB250 at Camp Lejeune, NC. The proposal submission deadline remains unchanged, and contractors must acknowledge receipt of this amendment to avoid rejection of their proposals. Key inquiries regarding the project include acceptable electrical panel types, specifications for milling and overlaying the parking lot, and confirmation of associated site plans and access roads. The responses affirm the acceptability of load centers with plug-in breakers in sleeping rooms and clarify that both the parking lot and access road are included in the project scope, with specific milling and repaving requirements. All other terms and conditions from the original solicitation remain unchanged. This amendment aims to provide clarity and confirm technical details for bidders on this federal contract, ensuring accurate and compliant proposals are submitted.
    The document UFC 1-300-08 serves as a comprehensive Building Information Checklist to assist in data entry into the real property database. It outlines essential information required for each Real Property Facility, including building identification details such as facility number, building name, number of floors, and square footage. The checklist is divided into several sections: building dimensions and construction materials, utility connections, building systems, installed building equipment, and associated utilities and structures. Each section specifies the necessary data points and formats for ease of data entry, generally provided in electronic formats like XML or GIS. Key elements include details about construction materials, utility capacities, building systems such as fire protection and heating, and installed equipment specifications. This checklist is crucial for ensuring accurate data representation in federal property databases and informs project planning within federal, state, and local contexts, aligning with government contracts and grants protocols. The document emphasizes thoroughness and standardization in real property management to meet regulatory requirements.
    ECS Southeast, LLC conducted an Asbestos and Lead-Paint Survey for the Bachelor's Enlisted Quarters Building BB250 at Marine Corps Base Camp Lejeune, Jacksonville, North Carolina. The assessment aimed to identify asbestos-containing materials (ACMs) and lead-containing paint (LCP) in anticipation of proposed interior and exterior renovations. Built in 1977 and occupying approximately 52,749 square feet, the building houses various finishes, including floor and ceiling tiles. The asbestos survey, performed by a certified inspector, analyzed 39 bulk samples from 16 areas, revealing three materials with detectable asbestos concentrations, notably in specific vinyl composite tiles and their associated mastics. Unseen ACMs may still exist in inaccessible areas. The lead-paint evaluation showed lead concentrations in various metal components, necessitating cautious handling consistent with OSHA regulations. Recommendations for safe abatement procedures include assuming all suspect materials contain ACMs unless proven otherwise and following strict monitoring and safety regulations throughout renovation activities. This report underscores the need for ongoing vigilance regarding hazardous materials to protect health and ensure compliance with environmental regulations during the building's renovation efforts.
    The document outlines the contract drawings for the Repair of Bachelor Enlisted Quarters (BEQ) BB250 at Marine Corps Base Camp Lejeune, North Carolina. It includes a comprehensive index of drawings categorized by disciplines such as General, Life Safety, Civil, Structural, Architectural, Interior Design, Fire Protection, Plumbing, Mechanical, and Electrical. Each category lists specific drawing numbers and titles that illustrate various plans, details, and notes necessary for the project. Key components include life safety plans, civil site plans, detailed architectural elevations, mechanical and electrical schematics, as well as fire protection guidelines. The document also stipulates adherence to several building codes and standards, such as the Americans with Disabilities Act (ADA) and Unified Facilities Criteria. It emphasizes the need for thorough coordination among contractors to avoid disrupting operational areas during construction and requires all submittals to be approved by the contracting officer. This file serves as a critical reference for contractors and engineers involved in the project, ensuring compliance with federal requirements, and demonstrating the government's commitment to maintaining and upgrading its facilities.
    The document outlines a project aimed at repairing the Bachelor Enlisted Quarters (BEQ) BB250 at Marine Corps Base Camp Lejeune, North Carolina. It emphasizes compliance with various building codes and standards, including accessibility and safety regulations. Key components include patching existing damages with materials matching original constructions, field verification of dimensions, and adherence to operational routines during construction activities. Codes referenced include the International Building Code, National Fire Protection Association guidelines, and Unified Facilities Criteria. Life safety plans are included for different floors, focusing on exit capacities, fire alarm systems, and emergency lighting provisions. The document also highlights environmental considerations, particularly concerning soil stabilization and waste management practices, ensuring compliance with NPDES and erosion control regulations. Overall, this project underscores the Navy’s commitment to maintaining infrastructure while prioritizing safety, accessibility, and environmental stewardship throughout the renovation process.
    The document outlines the detailed floor plans, plumbing systems, and mechanical operations for the repair of Bachelor Enlisted Quarters (BEQ) at Camp Lejeune, North Carolina, under the Department of the Navy. It specifies the layout of various rooms, including sleeping accommodations, administrative offices, and mechanical areas, as well as the associated plumbing, such as domestic cold and hot water supply lines. Key components include existing infrastructure adjustments, installation of backflow preventers, and the integration of headers and ductwork for HVAC systems. The document emphasizes that all plumbing work is to remain compliant with regulations and detailed specifications, highlighting the importance of coordinated construction efforts to ensure safety and efficiency. The plans also mention the need for careful demolition and removal of existing equipment before the installation of new systems, with a focus on adhering to environmental safety guidelines. Overall, this project demonstrates a commitment to upgrading living facilities for military personnel while ensuring compliance with engineering standards.
    The document outlines the specifications and installation requirements for a lightning protection system for roofing structures at the Marine Corps Base in Camp Lejeune, North Carolina. It details the types of conductors to be used, distinguishing between copper and aluminum options based on surface compatibility and class specifications. The document specifies fasteners and connectors for assembly, along with the installation guidelines, including fastening intervals not exceeding 36 inches. It includes essential components such as air terminal bases, down conductors, and ground rod connections, ensuring a comprehensive approach to lightning protection. This document serves as a technical reference for contractors involved in federal projects, emphasizing adherence to engineering standards and safety protocols. The clarity and precision of the document are crucial for guaranteeing the efficacy of lightning protection systems in federally funded construction and renovation projects.
    The document outlines a Request for Proposals (RFP) for the Repair BEQ BB250 project at MCB Camp Lejeune, North Carolina, under solicitation number N40085-25-R-9008. The project encompasses various line items, each with specific pricing requirements, focusing on renovations and environmental remediation. Key line items include interior renovations (ELIN 0001), lightning protection installation (ELIN 0002), parking lot milling and striping (ELIN 0003), unsuitable soil management (ELIN 0004), and the removal of asbestos and lead-containing materials (ELIN 0005-0007), along with landscaping (ELIN 0008). Bidders must submit comprehensive pricing for all items to avoid non-responsiveness and ensure that pricing includes overhead and profits. The document emphasizes the necessity of compliance with state and federal regulations regarding hazardous materials. It highlights the evaluation process for award determination, reinforcing the importance of complete submissions. This RFP reflects federal standards for construction and environmental safety, aiming to modernize facilities while adhering to regulatory requirements.
    The government file outlines a Request for Proposal (RFP) for the repair and renovation of Bachelor Enlisted Quarters (BEQ) BB250 at MCB Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-9008, Project No. 24-0016. Contractors must provide pricing for various line items, including interior renovations, installation of lightning protection, and renovation of the parking lot, with each line item specifying the scope of work and exclusions. Additionally, there are provisions for handling unforeseen materials such as asbestos and lead-based materials, which must be managed according to state and federal regulations. Offers must address all line items to avoid rejection, and all prices must encompass overhead and profit margins. The cumulative pricing for the specified work will inform the award decision. This RFP reflects the government's intent to ensure safety and compliance with environmental standards while upgrading its facilities. It highlights the importance of comprehensive proposals addressing all outlined requirements to secure the project contract.
    The document serves as a submittal form regarding the repair of Bachelor Enlisted Quarters (BEQ) BB250, outlining an extensive list of preconstruction, closeout, and testing submittals required under federal guidelines. Key sections detail the necessary documentation such as contact personnel lists, schedules of prices, construction and environmental protection plans, safety reports, and quality control plans. Supporting details emphasize compliance with sustainability standards, hazardous waste management, and safety regulations concerning materials and personnel qualifications. Each item within the submittal register correlates to specific requirements for contractor approvals and project transparency. Overall, the document underscores the structured approach needed for government projects, ensuring adherence to regulations while managing environmental impacts and construction quality throughout the project's lifecycle. This meticulous preparation aligns with government RFPs and grants, emphasizing accountability and safety in federal contracting processes.
    The document outlines specifications for the landscape establishment project, Repair BEQ BB250, at MCB Camp Lejeune, NC, focusing on the maintenance and establishment of newly planted grounds. It references relevant industry standards from ASTM International and the Tree Care Industry Association. Key definitions such as "pest control" and "garden beds" are provided, along with related requirements for sod installation and plants. Maintenance responsibilities include consistent inspections, irrigation establishment, and policing of landscaped areas for debris removal. A strong emphasis is placed on organic practices, necessitating the use of natural fertilizers free from synthetic chemicals or pesticides. Detailed procedures for irrigation, mowing, edging, and pruning are outlined, aimed at promoting plant health and maintaining aesthetic standards. The establishment periods for turf and exterior plants last 120 days, with provisions for replacing unsatisfactory plants. The document stresses adherence to local water conservation regulations and mandates comprehensive reporting on maintenance inspections. This project showcases a commitment to sustainable landscaping practices in a military environment while ensuring high standards of plant care and environmental compliance.
    The document outlines the specifications for landscaping work associated with the Repair of BEQ BB250 at MCB Camp Lejeune, NC. It encompasses guidelines on the selection and handling of exterior plants, emphasizing the use of indigenous, low-maintenance varieties suited to local climatic conditions. Essential parts include quality control measures such as topsoil composition tests, nursery certifications, and the need for a licensed landscape contractor with proven experience. The deliverables include proper preparation and installation techniques for planting, including soil amendments, mulching, watering requirements, and the establishment of irrigation practices. Time restrictions for planting conditions are highlighted to avoid adverse weather, and a one-year guarantee for plant survival after installation is mandated. The document also details materials selection, storage requirements, and the execution of installations to ensure the health and sustainability of the landscaping project. Stakeholder coordination, protection of existing vegetation, and clean-up are essential components of the execution phase, ensuring compliance with federal and state regulations. This comprehensive outline reflects the project's adherence to environmental standards while improving the landscape functionality and aesthetics.
    The document pertains to the Repair BEQ BB250 project at MCB Camp Lejeune, NC, detailing a comprehensive scope of construction work. It includes a list of contract drawings across various disciplines, including civil, architectural, mechanical, electrical, and fire protection, which outline the necessary renovations. The project aims to enhance the existing building by addressing structural, mechanical, and utility improvements. Key components highlight project organization, including phases of construction, compliance with existing work protection, and coordination with existing utilities. Specific guidelines govern contractor access, scheduling requirements, and safety regulations, emphasizing the need for adherence to governmental protocols and the importance of preliminary meetings and progress documentation. Additionally, the document outlines administrative procedures for submitting invoices and managing contracts, including a structured payment schedule and performance evaluation. Overall, this document serves as a procedural framework within the context of federal grants and requests for proposals (RFPs), reflecting the government’s commitment to structured oversight and quality in public infrastructure projects while ensuring compliance with safety and operational standards.
    This document is an amendment to a solicitation issued by the NAVFAC Mid-Atlantic for a construction project (N40085-25-R-9008) concerning the repair of BEQ BB250. The amendment, numbered 0001, confirms that the deadline for proposal submissions remains unchanged and must be acknowledged by all contractors when submitting their proposals to prevent potential rejection. A pricing sheet is included to assist bidders. Importantly, all other terms and conditions of the solicitation remain intact and unaltered. This amendment serves to clarify requirements and ensure that all interested parties are up-to-date with the solicitation's changes. As part of the procurement process, proper acknowledgment of amendments is critical for maintaining compliance with federal contracting guidelines.
    The document outlines a project proposal from the Department of the Navy’s Naval Facilities Engineering Systems Command, specifically related to the repair of Bachelor Enlisted Quarters (BEQ BB250) at Marine Corps Base Camp Lejeune, North Carolina. Designated as project number 24029, this initiative involves creating a site utility plan on a specified drawing (CU101A) approved under contract number N40085-24-B-0016. The project details include engineering oversight and compliance with established standards, necessitating revisions and updates in design to address current utility requirements. The involvement of Avolis Engineering highlights the collaboration between government entities and contracted firms to ensure proper oversight and execution of the utility repair work, aligning with federal guidelines for infrastructure maintenance. The summary emphasizes the project's significance in supporting military personnel housing, alongside the necessity for adhering to safety and engineering protocols during the execution phases.
    The document outlines the specifications for mechanical systems installations at the Marine Corps Base Camp Lejeune, focusing on the repair of the BEQ BB250 building. It details requirements for duct-mounted smoke detectors, power connections for fans and marine lights, energy-efficient motors, and various duct and coil installations to ensure optimal performance and durability against salt spray. Protective coatings, high-efficiency air filters, and installations need verification to comply with design drawings. Additionally, a dedicated outside air system schedule and air handling unit specifications are provided. The overarching purpose is to facilitate a comprehensive approach to enhancing HVAC systems while adhering to stringent regulations, ultimately improving indoor air quality and operational efficiency. This aligns with broader federal and state initiatives for facility modernization and compliance with environmental and safety standards.
    The document details a government solicitation for the repair of the BEQ BB250 facility at Marine Corps Base Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-9008. The project is estimated to cost between $10 million and $25 million, with a completion timeframe of 730 days from the award date. Only a designated list of contractors can submit proposals, and proposals are due by July 30, 2025. Contractors must adhere to wage determinations and compliance with Executive Orders related to labor standards, including minimum wage and sick leave provisions. A site visit is scheduled for interested contractors, along with a cutoff for Requests for Information (RFIs) by July 16, 2025. The document stipulates bond requirements based on proposal value and emphasizes that funding is not guaranteed, which may affect contract awards. It includes specific labor classifications and corresponding prevailing wage rates, further obligating contractors to meet Davis-Bacon Act mandates. Overall, this solicitation reflects a standard government procurement process aimed at securing bids for federal construction projects while ensuring compliance with labor regulations and funding constraints.
    The document outlines specifications for the plumbing system repair project at BEQ BB250 in MCB Camp Lejeune, NC. It emphasizes compliance with various standards and codes regarding plumbing materials, installation, and operational procedures. Key aspects include the use of certified products that meet rigorous industry standards, detailed guidelines for the installation of piping, valves, fixtures, and drains, as well as the handling of components like backflow preventers and pumps. The document mandates submittals for product data, test reports, and operation and maintenance data, ensuring that all materials utilized have a reliable service history. Additionally, it specifies accessibility requirements for plumbing installations, the necessity for proper instruction of government personnel, and the importance of maintaining the integrity of existing structures during installation. The goal of this project is to enhance the plumbing infrastructure while ensuring safety, compliance, and longevity of the installed systems, reflecting governmental priorities in public facility management and construction practices. Overall, this detailed guidance serves as a foundational element within government RFPs aimed at maintaining effective plumbing solutions in military facilities.
    Lifecycle
    Title
    Type
    Repair BEQ BB250
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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
    Buyer not available
    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.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    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.
    Repair Fuel System B4505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. This project involves the repair of three fuel storage tanks, associated piping, equipment, and the concrete pad, with strict adherence to government regulations and procedures. The estimated cost for this project ranges between $500,000 and $1,000,000, and work must be completed within 180 calendar days, with proposals due by January 12, 2026, at 2:00 PM EST. Interested contractors must be among the specified General MACC holders and are required to attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    Update HVAC Building 1281
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    FRCE: Site Prep for Ultrasonic Degreaser B133
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses for the preparation and installation of an ultrasonic degreaser system at the Fleet Readiness Center East (FRCE) in Havelock, North Carolina. The project involves the installation of an ultrasonic cleaning system and supporting chiller, along with necessary concrete demolition, new concrete work, electrical and plumbing utilities, and roof modifications. This procurement is crucial for enhancing maintenance capabilities and is estimated to have a contract value between $1 million and $5 million, with a total contract duration of 380 days. Interested small businesses must submit their qualifications and evidence of capability by December 8, 2025, to Sarah Maready at sarah.a.shugart.civ@us.navy.mil.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.