Small Business IDIQ for General Construction for NAVFAC Mid-Atlantic's Marine Corp Installation East AOR
ID: N4008524R2785Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Pre-Proposal Inquiry Submission Form for RFP N4008524R2785, which solicits proposals for an Indefinite-Delivery Indefinite-Quantity Small Business Multiple Award Construction Contract specifically aimed at general construction projects predominantly at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point, located in the NAVFAC MIDLANT Marine Corps Installation East Area of Responsibility. The form is intended for potential contractors to submit questions or inquiries related to the RFP prior to the proposal deadline. Details surrounding the submission process, such as required information and submission format, are also included, ensuring transparency and clarity for interested bidders. This pre-proposal inquiry process is vital as it helps clarify the RFP and assists small businesses in navigating the proposal submission effectively.
    The Small Business General Construction MACC (Multiple Award Construction Contract) document outlines the procedures for submitting project experience and qualifications for bidders interested in MCB Camp Lejeune and MCAS Cherry Point. It emphasizes the need for detailed project data sheets from firms, covering aspects such as firm information, work performed, contract numbers, award dates, contract types, and project scopes. The document requires bidders to describe their roles (prime contractor, subcontractor, joint venture), project specifics, and the nature of work done (new construction, renovation, etc.). Additionally, it calls for a comprehensive description of how the projects relate to the current RFP's requirements, particularly in terms of complexity and unique challenges faced. This structured approach helps assess bidders' capabilities and suitability for fulfilling the federal contract obligations, ensuring that qualified companies can effectively contribute to the construction efforts at the specified military installations. Overall, the document is vital for maintaining high standards in federal contracting related to construction projects.
    The Small Business General Construction MACC (Multi-Award Construction Contract) RFP N40085-24-R-2785 outlines evaluation requirements for proposals submitted for construction projects at MCB Camp Lejeune and MCAS Cherry Point. A key aspect is the utilization of the NAVFAC Past Performance Questionnaire (PPQ) for assessing contractors’ past performances. Offerors must submit a completed Contractor Performance Assessment Reporting System (CPARS) evaluation if available; otherwise, the PPQ must be completed and returned by clients. This attachment stresses the importance of timely submission and accurate contact information for client references. The document includes a detailed PPQ form that clients fill out to evaluate contractor performance based on various criteria such as quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety compliance, and overall performance. Ratings range from Exceptional to Unsatisfactory. The inclusion of adjective ratings aims to provide a qualitative assessment of contractors’ work based on clients’ insights. The structure reinforces the RFP’s objective of ensuring contractors meet federal standards in construction while encouraging the involvement of small businesses in fulfilling federal contracts.
    The document outlines the pricing structure for a renovation project of Building 1005 at the Design Wing, which involves the assessment of base renovation costs and additional expenses related to hazardous materials, specifically asbestos and lead paint. Three line items are provided: the base price for the overall renovation, costs for additional asbestos abatement beyond already identified amounts, and costs for additional lead paint removal, accompanied by specific quantity measurements. Noteworthy guidelines include the evaluation criteria for awarding the contract, which emphasizes a firm fixed price for the additional material removals, rejection of unbalanced bids, and the requirement for additional bonding if certain items are exercised. The document indicates that the total price will be the aggregate of line items, accentuating the importance of compliant and well-structured proposals in the government contracting process. Overall, this pricing schedule aims to ensure clarity in cost estimation and adherence to regulatory standards for hazardous material handling.
    The document outlines a comprehensive list of locations and features associated with military and environmental projects, specifically focusing on ponds, creeks, bays, and geographic coordinates relevant to various requests for proposals (RFPs) and grants by federal, state, and local authorities. Key points include the identification of numerous water bodies and holes, which serve as critical reference points for ongoing or upcoming developments, environmental assessments, or construction planning. The extensive enumeration indicates a prioritized focus on hydrographic data that may impact ecological evaluations and project implementations. The document effectively serves as an inventory necessary for compliance with environmental requirements, supporting the government's dedication to responsible land and resource management. Overall, this file is essential for informing stakeholders involved in constructing infrastructure or conducting environmental studies within the military domain.
    The project, titled "Design Wing Relocation Building 1005," involves comprehensive renovations at the Marine Corps Base Camp Lejeune, North Carolina. The scope includes the removal of various existing systems and elements within the current ROICC office suite and Suite 55, including HVAC, electrical components, flooring, ceilings, walls, and sidewalks. After the demolition, the project will focus on installing new systems and finishes as per the design documents. The contractor must adhere to specific supervision, safety, and quality control measures throughout the project. Key responsibilities include establishing a phased construction schedule, ensuring no damage to existing work, and notifying relevant parties before excavation activities. The contractor is also required to maintain strict compliance with security, access regulations, and health guidelines, particularly regarding potential unexploded ordnance (UXO). Additionally, the contractor must utilize the Electronic Construction and Facility Support Contract Management System (eCMS) for document management and submit detailed progress reports as well as maintain a rigorous payment procedures framework for service and material costs. This document outlines the administrative requirements ensuring the timely execution of construction tasks while following federal compliance and safety protocols, contributing to the overarching goal of enhancing the facility's operational capacity.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide serves as a comprehensive manual for new and existing users seeking to engage with the Department of Defense's (DoD) solicitation processes. The PIEE system streamlines vendor registrations, allowing for a secure and automated method of managing solicitations and responses. New users can self-register by creating a PIEE account, providing necessary user details, including a CAGE Code and justification for access, while selecting either the Proposal Manager or Proposal View Only role. Existing users can add roles through a straightforward process after logging in. The guide emphasizes the importance of maintaining up-to-date user profiles and outlines the support available for account management and technical issues. It also includes a Roles and Actions/Functions Matrix that clarifies the capabilities associated with each user role, such as submitting offers and posting revisions. This registration process is vital for streamlining vendor participation in DoD procurement activities, ensuring efficient handling of federal grants and RFPs at various governmental levels.
    The document appears to contain fragmented and nonsensical text, with various terms related to access and processes interspersed among unintelligible characters and phrases. It lacks coherent structure and clarity, making it challenging to derive meaningful information or summarize effectively. Overall, it seems to be a corrupted or poorly formatted text that does not convey a clear message.
    The document outlines an Indefinite-Delivery Indefinite-Quantity (IDIQ) Small Business Multiple Award Construction Contract for general construction projects primarily at Marine Corps installations in North Carolina, specifically Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point. The solicitation is a total small business set-aside under NAICS code 236220, with an estimated construction cost not to exceed $495 million over five years. The Government plans to award approximately five IDIQ contracts to responsible offerors whose proposals represent the best value. Key components include a 'seed project' focused on the Design Wing Relocation at Camp Lejeune and detailed requirements for contractor performance, safety measures, management approaches, and evaluation factors based on corporate experience, safety performance, and past performance. Proposals must meet specific submission criteria and are subject to a comprehensive evaluation process with a strong emphasis on price as well as technical merit. The document highlights the importance of timely proposal submissions, the potential for negotiations, and the Government's ability to reject any offers prior to the contract award. This procurement process aims to enhance construction capabilities while ensuring compliance and safety standards are strictly upheld.
    The document appears to be a corrupted or misformatted text, containing numerous repeated phrases and incomplete sentences that hinder comprehension. It includes references to various process steps and terms like "diccess," "aimsacamento," and "service," but lacks coherent context or actionable information. Overall, the text does not provide clear or meaningful insights.
    The document appears to contain an unclear and fragmented set of text elements and code snippets related to data access and configuration. It includes references to various successful data retrieval processes, but the overall coherence is lacking. Further clarification or context is needed to derive specific insights.
    Similar Opportunities
    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.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    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.
    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.
    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
    Buyer not available
    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.
    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.
    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.
    Renovate Break Room and Entrance, B159 DLA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the renovation of the break room and entrance at Building 159, Marine Corps Air Station Cherry Point, North Carolina. The project aims to modernize the facility, ensuring operational functionality while adhering to safety and environmental regulations, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 300 days post-award. This renovation reflects the government's commitment to maintaining and upgrading its facilities in line with operational needs. Interested contractors must submit their proposals by February 20, 2025, and are encouraged to 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 details.
    Repair Brick Facade Cracks, Building 4298
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the repair of brick façade cracks at Building 4298, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves installing expansion joints and matching repairs to existing masonry, with an estimated contract value of less than $25,000 and a completion timeline of 75 days post-award. This maintenance work is crucial for ensuring the structural integrity of the facility while minimizing disruption to ongoing operations, particularly fueling activities. Proposals are due by 12:00 PM EST on March 4, 2025, and interested contractors should direct inquiries to Josef Vallone or Ericka J. Bishop via the provided contact information.
    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.
    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.