IDIQ for General Construction for NAVFAC Mid-Atlantic's Marine Corp Installation East AOR
ID: N4008524R2785Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)
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 procurement aims to award approximately five contracts, with an estimated total construction cost not to exceed $495 million over five years, emphasizing the participation of small businesses in fulfilling federal contracting obligations. This initiative is critical for maintaining and enhancing military facilities, ensuring compliance with safety and quality standards, particularly in light of ongoing renovations and the management of hazardous materials such as asbestos. Interested contractors should submit their proposals, including past performance evaluations, by the specified deadlines, and may direct inquiries to Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.

    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 outlines the details for an upcoming site visit related to a federal project, scheduled for March 6, 2025, at Camp Lejeune, NC. Attendance is encouraged for prospective offerors, but participation will not be compensated. Key points include the point of contact, Ashley Ruiz, and necessary preparations for access to the base. Participants without a Defense Biometric Identification System (DBIDS) pass must obtain a visitor's pass at least 24 hours prior to the visit by submitting a request via an attachment. Required items for visitor access include valid identification, vehicle registration, and a copy of the Temporary Access Request Email. The document provides information on how to check in at either of the visitor centers before proceeding to the site visit location. This procedural notice is essential for ensuring all potential contractors can adequately prepare for the visit, thus facilitating future bidding and collaboration on the project.
    The document provides essential details about an upcoming site visit for prospective Offerors related to a project at Camp Lejeune, NC, scheduled for March 6, 2025, at 1300 EST. Attendance is highly encouraged, but firms will not be compensated for participation. The point of contact for the site visit is Ashley Ruiz, whose contact information is provided. Participants must meet at Building 1005 and ensure base access by acquiring a visitor's pass if they lack DBIDS access, which requires advance notice via submission of a specific attachment by February 28, 2025. Necessary documents for obtaining a visitor's pass include valid identification, vehicle registration or rental agreements, and a Temporary Access Request Email. The visitor’s centers available for check-in are outlined, ensuring that participants comply with access regulations. This site visit is integral to the procurement process for federal contracts, reflecting the government’s commitment to transparency and accessibility in engaging potential contractors.
    The document is a Site Visit Participant Log for the N4008524R2785 Seed Project B1005, which serves as a record of individuals who attended a site visit related to this federal initiative. It contains a structured list including fields for participant names (last and first), city of origin, and whether base access is needed (yes or no). However, the file lacks any filled-in details, indicating that it is either a template or preliminary record awaiting completion. The purpose of this log aligns with standard procedures in federal RFPs and grants, ensuring proper tracking of stakeholders involved in projects. It is a crucial aspect for managing logistics and verifying eligibility for site access, supporting transparency and compliance within government contracting processes. Overall, the document reflects organizational efforts to maintain a clear and structured approach to participant management in public sector projects.
    The Asbestos Inspection Report for Building #1005 at MCB Camp Lejeune, dated June 1, 2022, details the presence of asbestos-containing materials (ACMs) identified during assessments conducted since 2003. The building, constructed in 1943, has a hazardous asbestos ranking of 2B/yellow. Notable findings include damaged non-friable 9-inch floor tiles and residual mastic across various locations, indicating limited abatement efforts in previous evaluations. The report highlights various ACMs, including roofing materials and sink undercoating, with a focus on non-friable materials which pose minimal risk when undisturbed. The Asbestos Program Manager is responsible for ongoing surveillance, reporting, and corrective actions to mitigate potential health hazards. The document serves as a critical resource for the management and remediation of asbestos in buildings, ensuring compliance and safety for current occupants and guiding future renovation efforts.
    The document appears to comprise a list of components and specifications likely related to electrical or mechanical installations within a federal or local government project. Key references include distinctions among various panelboards (new and existing) and their configurations labeled as LA, LB, LC, and WAP. The structure outlines specific codes and categories (e.g., LA-6 to LA-26, LB-1 to LB-19) that categorize the project’s elements for convenience and clarity. The primary focus of this document revolves around the details of the electrical infrastructure, including integration and installation guidelines, which are vital for ensuring compliance with federal standards. The organization of these components suggests a systematic approach to managing construction or renovation efforts associated with governmental projects. In summary, this file outlines the planning or execution of electrical systems, emphasizing compliance and organization in meeting federal or local RFP requirements. The document details the essential components likely based on technical specifications, necessary for successful project completion in accordance with regulatory standards.
    The document outlines the renovation project for the office located at 1005 Michael Rd, identified by project number 210019. It details various procedures and requirements categorized under different divisions, including General Requirements, Existing Conditions, Concrete, Metals, Wood, and several others. Key sections cover project administration, safety requirements, quality control, and special cleaning protocols for hazardous materials such as asbestos and lead. The renovation involves multiple disciplines, from carpentry to HVAC and electrical work, ensuring a comprehensive approach to facility enhancement. The project emphasizes adherence to safety regulations and quality standards, integrating diverse material specifications. The systematic breakdown of tasks and responsibilities signifies the project's complexity, reflecting the federal government's commitment to maintaining and improving infrastructure efficiently.
    The document outlines the electrical construction specifications for the Design Wing Relocation project at Building 1005. It includes detailed requirements for electrical work, demolition conditions, circuit layouts, and system installations that must comply with national, state, and local standards. Key obligations include ensuring all equipment is properly rated, new, and installed according to the National Electrical Code, completing testing of installations, and providing temporary power as necessary during transitions. Contractors must coordinate with various trades to maintain operational integrity of existing systems during construction, including power outages and rerouting of circuits. Additionally, it specifies requirements for new panelboards, lighting plans, power systems, and communication facilities. Adherence to safety protocols, including arc flash protection and proper storage of equipment, is mandated throughout the project. This comprehensive framework aims to ensure compliance, safety, and functionality in the electrical system modifications as part of government infrastructure upgrades.
    The project 21-0019 outlines the comprehensive renovation of the Design Wing at Building 1005, Suite 55, located at Marine Corps Base, Camp Lejeune, North Carolina. This initiative entails removing all existing interior components, including HVAC systems, electrical wiring, flooring, ceilings, walls, and doors within the ROICC office suite, alongside demolishing exterior concrete landings and sidewalks. The space will be remodeled with new installations following the specified design documents, along with necessary incidental work to complete the project. Additionally, the document stipulates that one qualified individual may serve simultaneously as the Superintendent, Quality Control Manager, and Safety & Health Officer, provided they meet the project's specified qualifications. This project reflects the government’s commitment to maintaining and improving military facilities responsibly, ensuring that renovation efforts comply with safety and quality standards.
    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 federal solicitation amendment N4008524R2785 aims to procure an Indefinite-Delivery Indefinite-Quantity Small Business Multiple Award Construction Contract for general construction projects primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point. This amendment specifies that the solicitation is a small business set-aside and includes essential updates such as site visit information scheduled for March 6, 2025, and responses to previous inquiries. Additionally, it integrates an Asbestos Inspection Report and an Electrical Room drawing. The amendment clarifies proposals regarding project requirements, stating that Design-Bid-Build (DBB) will be utilized exclusively, and emphasizes that all projects must be 100% complete for evaluation criteria related to corporate experience. Furthermore, language revisions to evaluation factors regarding past performance and corporate experience specify financial thresholds for project criteria. The document includes attachments necessary for bidders to comply with the updates and information provided. Overall, the amendment supports the framework for potential contractors to align with the specified project requirements and expectations while maintaining compliance with federal procurement standards.
    This document outlines Amendment 0002 for an Indefinite-Delivery Indefinite-Quantity Small Business Multiple Award Construction Contract at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point. The amendment aims to make specific updates to the solicitation, primarily adjusting site visit protocols and responding to Pre-Proposal Inquiries (PPI). Key amendments include changed visitor pass requirements for site visits, revisions to submission criteria for contractor proposals concerning project cost thresholds, and clarifications regarding Corporate Experience requirements. The amendment highlights the government's intention to award approximately five contracts based on best value evaluations, while also addressing requests to lower the minimum project cost for eligible contracts. Furthermore, it outlines communication protocols for interested contractors and provides clarity on submission formats and required documentation. Overall, the amendment reflects the government’s commitment to promoting small business participation and ensuring accessible solicitation processes while maintaining project budget integrity.
    This document is an amendment to a solicitation for an Indefinite-Delivery Indefinite-Quantity Small Business Multiple Award Construction Contract, focused on general construction projects at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point. It serves as a total small business set-aside and includes important updates and responses to industry inquiries. The amendment extends the submission deadline and integrates various attachments, such as a Site Visit Log and revised specifications. Key changes include clarifications on project specifications related to telecommunications, such as the need for complete wiring and installation rather than just rough-ins, and the requirement for Plenum Rated low-voltage cabling. The amendment also confirms the utilization of specific FAR clauses in evaluating both construction experience and past performance related to the acquisition. The contractor must submit necessary reports for government verification but is not required to hire their own commissioning agent for the project. Overall, the document emphasizes ensuring clarity and adherence to updated specifications, supporting both compliance and successful project execution.
    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
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    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.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV project at Camp Lejeune, North Carolina. This project involves critical maintenance work, specifically the replacement of locksets on multiple living area doors across 53 BEQ buildings, with an estimated budget between $5 million and $10 million. The selected contractor will be responsible for ensuring compliance with federal wage standards and maintaining operational continuity during the repair process, with a contract completion timeline of approximately 540 days. Interested small businesses must submit their proposals by March 13, 2025, at 2:00 PM, and are encouraged to attend a site visit scheduled for March 5, 2025, to better understand the project requirements. For further inquiries, contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the demolition of fifty-three buildings at Marine Corps Base Camp Lejeune in North Carolina. This project, categorized as a Firm-Fixed Price (FFP) contract, is entirely set aside for small businesses and requires compliance with federal regulations regarding hazardous materials, including asbestos and lead-based paint, identified in prior surveys. The successful contractor will be responsible for all aspects of the demolition, including labor, supervision, and the safe disposal of hazardous materials, with a performance period of 365 days post-award. Interested parties must submit sealed bids by 10:00 AM local time on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    Building 128 Grounds Improvements
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Building 128 Grounds Improvements" project at Marine Corps Base Camp Lejeune, North Carolina. The project aims to repair existing erosion issues and enhance the functionality of the site surrounding the Building 128 mess hall, which includes optimizing walkways, installing new sidewalks, managing stormwater, and implementing landscaping improvements. This initiative is crucial for maintaining operational integrity while modernizing infrastructure at the military installation. Interested contractors must submit their proposals by April 14, 2025, with an estimated contract value between $250,000 and $500,000, and are encouraged to contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further inquiries.
    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.
    Repair and Repave Slocum Road
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Repair and Repave Slocum Road project at Marine Corps Air Station Cherry Point, North Carolina. This project aims to enhance infrastructure by addressing pavement repair needs, with an estimated contract value between $250,000 and $500,000, to be completed within 120 days of award. The procurement is set aside for small businesses, emphasizing compliance with federal labor regulations and ethical labor practices. Interested contractors must submit their proposals by March 25, 2025, and are encouraged to acknowledge Amendment 0001, which clarifies bidding requirements and includes revised drawings. For further inquiries, potential bidders can contact Josef Vallone or Ericka J. Bishop via the provided email addresses or phone numbers.
    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.
    Base Housing Demolition (Multiple Locations)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking bids for a firm-fixed price contract to demolish 114 Base Housing structures at Camp Lejeune, North Carolina, along with associated utilities and pavement surfaces. This project is categorized as a Total Small Business Set-Aside under the SBA 8(a) program, emphasizing the government's commitment to engaging small businesses in federal contracting. The demolition will involve the removal of buildings, sidewalks, utilities, and garages, with all utility lines terminating at the nearest main junctions and the disturbed grounds restored to their original conditions. Bids are due by March 21, 2025, and interested contractors must submit a bid bond of 20% of their proposal amount. For further inquiries, potential offerors can contact Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.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 (NAVFAC) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military construction projects in Washington D.C., Maryland, and Virginia. This contract will encompass both Design-Build and Design-Bid-Build projects, requiring contractors to manage all aspects of general construction, including new construction, demolition, and renovation of various facilities such as administrative buildings, warehouses, and medical facilities. The total contract value is capped at $8 billion, with an eight-year duration that includes a two-year base period and two optional three-year extensions. Interested parties can reach out to Molly Lawson at molly.lawson@navy.mil or call 973-650-4706 for further details.