Perimeter Security Roads Repairs, Cutler, Maine
ID: N4008525B2501Type: 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 HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the Perimeter Security Roads Repairs project at NSA Cutler in Maine. The project involves various roadwork tasks, including raising and widening existing gravel roads, constructing stone revetments, and installing drainage features, with an estimated contract value exceeding $10 million. This initiative is critical for enhancing infrastructure and ensuring operational continuity at government facilities, while also providing opportunities for small businesses under a Total Small Business Set-Aside. Interested contractors must submit their bids electronically by March 21, 2025, and are encouraged to contact Matthew Thomsen at matthew.j.thomsen2.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the bid form for the Mission Critical Perimeter Road Repairs at the NCTAMS Facility in Cutler, Maine, identified by RFP RM18-0917. It includes various line items related to the repair project, such as wetland fees, specific areas for repair (Areas G, H, and Vicker's Corner), and the replacement of culverts. The bid structure is based on firm fixed price amounts, detailing material, labor, and equipment costs for several components of the project. The sections are organized into distinct line item categories (CLIN 0001, 0002, 0003, 0004) that specify proposed quantities and costs, along with references to a more extensive scope of work. The document stresses the importance of adhering to project management costs and includes considerations for sub-contractor performance values, sub-totals, and overhead. The purpose of this bid form is to solicit fixed-price proposals from contractors for necessary repairs, ensuring compliance with federal procurement processes.
    The Cutler Security Perimeter Roads project focuses on the construction and improvement of security-related infrastructure at the NCTAMS LANT DET in Cutler, Maine. Key tasks include raising and widening existing gravel roads, constructing stone revetments, and installing drainage features such as box culverts. The project comprises a base bid and several options for improvements, including roadway safety enhancements and culvert replacements. Emphasis is placed on minimizing environmental impacts, adhering to safety protocols, and coordinating construction activities to maintain operational continuity for adjacent government facilities. The project outlines specific work restrictions, requiring contractor submission of detailed work plans and submittals for government approval. It stipulates necessary safety measures, including protection of existing assets and utilities, while addressing unique environmental objectives. Additionally, payment procedures highlight the necessity of a Schedule of Prices and compliance with invoicing and documentation requirements. Overall, the document outlines a structured approach to executing critical infrastructure upgrades, reflecting governmental priorities for safety, efficiency, and regulatory compliance throughout the construction process.
    The Naval Facilities Engineering Systems Command - Mid-Atlantic has prepared a preliminary in-house design file for the site plan of the NCTCS Cutler in Maine. The document includes maps and drawings, detailing existing and proposed conditions, as well as work area-specific erosion control plans across multiple areas (G and H). Key elements consist of general conditions, utility notes, and construction notes, adhering to environmental and safety regulations. The plans emphasize the need for thorough erosion control and traffic management strategies during construction activities. These detailed plans aim to facilitate site preparation while minimizing environmental impact, ensuring compliance with applicable regulations and standards. Overall, the document serves as a foundational guide for future construction efforts at the naval facility, reflecting the commitment to sustainable practices and operational readiness.
    The document outlines the registration process for the Local Population ID Card/Base Access Pass within the Department of the Navy. It is governed by various legal and regulatory frameworks aimed at controlling physical access to Navy and Marine Corps installations. The primary purpose is to verify identities through biometric databases to enhance security for classified areas and maintain accurate visitor records. The document specifies that providing personal information is voluntary, but failure to comply may result in denied access to government installations. It includes detailed sections for personal identification, including name, race, gender, and citizenship status, along with required documentation to prove identity. This protocol underscores the importance of security within federal installations and highlights the relationship between identity management and national security efforts.
    The government solicitation ACQR6082031 is for the Perimeter Security Roads Repairs project in Cutler, Maine, with an estimated value exceeding $10 million. The project primarily involves the raising and widening of existing gravel roads and payment of an in-lieu wetland fee. This solicitation is designated for Total Small Business Set Aside, aligning with the NAICS Code 236220 and applicable size standards of $45 million. The work is expected to commence within 15 calendar days of contract award and must be completed within 555 calendar days. Three options are included in the project to enhance safety and infrastructure, namely, improvements at Vicker's Corner, culvert replacements, and pavement works—all executable within 120 days post-award. A mandatory site visit is scheduled, emphasizing security protocols for attendees. Contractors must submit a bid bond guarantee, comply with minimum insurance requirements, and adhere to Davis-Bacon Act wage determinations. All bids are due electronically by March 21, 2025, with strict acceptance criteria, ensuring responsiveness and compliance with federal regulations. Overall, the project underscores the government's commitment to enhancing infrastructure while providing opportunities for small businesses.
    The NSA Cutler Access Instructions outline the process for contractors seeking access to the NSA Cutler and NCTAMS Cutler facilities, particularly those without an active Common Access Card (CAC) or non-government employees requiring access to restricted areas. Key steps include contacting the appropriate NAVFAC Host or Contract Specialist, completing the Access Request List, and submitting Form SECNAV 5512 as instructed by the NAVFAC Host. The instructions emphasize the importance of accuracy in the SECNAV form to avoid delays in approval, as any incomplete information will result in contact from Cutler Security. The document specifies the designated point of contact for the FMS in the Northern Sites and provides essential security contact emails for submission of the SECNAV forms. Badge collection requires identification and may take about 20 minutes. This document serves to facilitate safe and organized contractor access to sensitive military facilities in compliance with security protocols, thereby highlighting the importance of thorough preparation in the context of federal grants and RFPs.
    The document outlines the Contractor Access List for a site visit to the Cutler Perimeter Road at NSA Cutler. It serves as a formal request for access by contractors, detailing required information such as names, companies, and contact details. Specific contractors from Built Right, LLC and Doe Builders are listed, along with their scheduled access dates and necessary identification protocols for badge pickup. The document indicates that access requests need to be vetted and submitted to a Point of Contact (POC) at NCTAMS, as well as be approved by Base Security. Furthermore, it specifies the access locations required by contractors, emphasizing the importance of citizenship status in the approval process. This document is a critical component in managing contractor access to sensitive government facilities, ensuring compliance with security protocols.
    Lifecycle
    Similar Opportunities
    Perimeter Security Improvements, Portsmouth Naval Shipyard (PNSY), NCTS Cutler, Maine
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking small business contractors for a Design Bid Build project focused on Perimeter Security Improvements at the Portsmouth Naval Shipyard and Naval Computer and Telecommunications Station in Cutler, Maine. The project aims to enhance antiterrorism and physical security by constructing features such as an entry control facility, security fences, inspection offices, and advanced security infrastructure including cameras and radars. This procurement is significant for improving security infrastructure and is valued between $25 million and $100 million, with a potential contract award planned for September 2025. Interested firms must demonstrate relevant experience and submit their responses by February 26, 2025, with inquiries directed to Mary Pool at mary.pool@navy.mil or by phone at 757-341-1650.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, requiring completion within 730 days post-award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and the Davis-Bacon Act, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    MRSG Motor Pool Fence RR465
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of a new motor pool fence at Camp Lejeune, North Carolina, under the project title "MRSG Motor Pool Fence RR465." The project entails the installation of approximately 400 linear feet of galvanized steel chain link fence, complete with "Y" outriggers and barbed wire, to enhance security and comply with established safety regulations, as the current fence's proximity to the parking lot poses security risks. This initiative is critical for maintaining operational integrity and compliance with military security standards, with an estimated funding requirement of $0.10 million. Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Emily Walton at emily.a.walton6.civ@us.navy.mil or by phone at 757-994-5759.
    CAPE COD CANAL, SERVICE ROAD PAVING
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking qualified contractors for the paving of the service road at Cape Cod Canal in Bourne, Massachusetts. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, specifically targeting firms within the Highway, Street, and Bridge Construction industry (NAICS code 237310). The project is crucial for maintaining the infrastructure and accessibility of the canal area, which plays a significant role in local transportation and logistics. Interested parties should reach out to Kyle Hall at kyle.k.hall@usace.army.mil or call 978-318-8479 for further details regarding the submission process and any upcoming deadlines.
    N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.
    MOTSU 25-001 Berm Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV project at Camp Lejeune, North Carolina. The project involves upgrading lock systems in 36 Bachelor Enlisted Quarters buildings, including the installation of new swipe locks and a comprehensive keying system with various master key levels, while ensuring compliance with ANSI/BHMA standards and incorporating RFID technology. This initiative is crucial for enhancing security and operational efficiency within military accommodations, with an estimated budget between $5 million and $10 million. Interested contractors must submit their proposals by March 13, 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 information.
    NATO Business Opportunity: Provision of Staging Facilities at Elvegaardsmoen Training Area.
    Buyer not available
    The Department of Commerce, specifically the Bureau of Industry and Security, is announcing a NATO business opportunity for the provision of staging facilities at the Elvegaardsmoen Training Area in Norway. This project, identified as NATO Project Serial Number 2RS11122-0, involves various construction tasks including foundation works, gravel surfaces, paved access roads, and technical installations, with an estimated budget of approximately 5 million Euro. The successful contractor will need to adhere to Norway's national electrical system regulations, highlighting the project's significance in supporting NATO operations. Interested bidders must express their interest by March 21, 2025, with the contract expected to be awarded in March 2025 and construction slated for completion by November 2025. For further details, potential bidders can refer to the Tenders Electronic Daily (TED) database and contact the provided points of inquiry for clarification.
    Construction - B1320 Second Floor Alterations
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting proposals for the construction project titled "B1320 Second Floor Alterations." This project involves alterations to the second floor of Building B1320 and is exclusively set aside for small businesses, with an estimated contract value between $25,000 and $100,000. The work is critical for enhancing the infrastructure of the facility, reflecting the government's commitment to supporting small business participation while adhering to strict safety and compliance standards. Proposals are due by February 25, 2025, and interested contractors must attend a mandatory site visit on February 18, 2025, requiring pre-registration and valid visit requests. For further inquiries, contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the F-35 Combined Weapons Facility at the Jacksonville Air National Guard Base in Florida. This project, designated under solicitation number W50S6Y25BA004, is set aside for small businesses and has an estimated contract value between $10 million and $25 million, focusing on site preparation, utility extensions, and facility construction in compliance with federal regulations. The initiative is crucial for enhancing military capabilities and modernizing defense infrastructure, with responses due by 10:00 AM on March 20, 2025. Interested contractors can reach out to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405 for further information.