DESIGN BUILD CONSTRUCTION PROJECT, REPLACE WATERFRONT TRANSFORMERS AND IGLOOS AT NAVAL STATION (NS) MAYPORT, FLORIDA
ID: N6945024R0084Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER UTILITIES (Z2NZ)
Timeline
  1. 1
    Posted Aug 16, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 16, 2024, 12:00 AM UTC
  3. 3
    Due Sep 2, 2024, 7:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the electrical infrastructure and storage facilities critical for operational readiness and safety at the naval station. The work will involve comprehensive construction services that align with the standards of the Commercial and Institutional Building Construction industry. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the solicitation process.

Files
Title
Posted
Jun 3, 2024, 8:07 PM UTC
The PLA Questionnaire seeks detailed responses from stakeholders regarding their involvement in a project, labor availability, interest in participation, and the implications of a Project Labor Agreement (PLA). Key areas of inquiry include the existence of specialized construction contractors, experiences with PLAs in similar projects, wage comparisons, and potential cost impacts associated with PLA requirements. Respondents are encouraged to provide comprehensive explanations to clarify their positions and insights.
Similar Opportunities
Sources Sought - Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) for General Construction Support at Naval Station Mayport and Blount Island Command (BIC) in Jacksonville, Florida.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC SE), is seeking qualified 8(a) contractors for a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) to provide general construction support at Naval Station Mayport and Blount Island Command in Jacksonville, Florida. The contract will encompass a range of services including general construction, alterations, renovations, repairs, and hazardous material remediation, with a performance period of one base year and four optional one-year renewals, totaling a maximum of five years. The estimated total contract value is $4,500,000, with task orders ranging from $10,000 to $1,000,000. Interested contractors must submit a capabilities statement and respond to specific inquiries by April 24, 2025, to Stefanie Pérez Santiago at stefanie.perez-santiago.civ@us.navy.mil.
Z--Mayport Base Operations Support (BOS) II Services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) II services at Naval Station Mayport, Jacksonville, Florida. This includes custodial, pest control, waste management, grounds maintenance, and landscaping services. The contract will be competitively procured as an 8(a) set-aside. The anticipated date of RFP issuance is on or after 1 April 2019.
Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses to participate in a Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects within its area of operations, primarily in the southeastern United States. The contract will encompass new construction, renovation, alteration, and repair of medium general construction projects, including facilities such as barracks, administrative buildings, and medical facilities, with a total funding ceiling of $1.5 billion over five years. Interested small businesses must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) after the solicitation is released, which is expected to occur within 15 days of this presolicitation notice, with Phase-One proposals due no earlier than 30 days thereafter. For further inquiries, contact Matthew Abbott at matthew.j.abbott5.civ@us.navy.mil or Marina 'Gaby' Mote at marina.g.mote.civ@us.navy.mil.
MARINE CORPS SUPPORT FACILITY - BLOUNT ISLAND, MAINTENANCE DREDGING, DUVAL COUNTY, FLORIDA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking interest from qualified contractors for a maintenance dredging project at the Marine Corps Support Facility - Blount Island in Jacksonville, Florida. The project involves dredging to a depth of 38 feet, with an additional two feet of allowable overdepth, and includes environmental monitoring and disposal activities at the Dayson Island Disposal Area. This opportunity is crucial for maintaining navigational channels and ensuring operational readiness at the facility. Interested bidders must submit their qualifications by April 30, 2025, with an estimated contract value between $1 million and $5 million, and the anticipated solicitation issuance date is around May 28, 2025. For further inquiries, contact Timothy G. Humphrey at Timothy.G.Humphrey@usace.army.mil or Guesley Leger at Guesley.Leger@usace.army.mil.
ELECTRICAL SERVICE
Buyer not available
The Department of Defense, through the Strategic Weapons Facility Atlantic (SWFLANT), is soliciting proposals for electrical services at the Dynamic Hoist Test Facility (DHTF) located in Kings Bay, Georgia. This procurement aims to update aging electrical systems and accommodate new power requirements as part of a technology refresh initiative, with a focus on compliance with safety and electrical standards. The contract is set aside for small businesses and includes one base period along with four optional periods, requiring licensed electrical contractors to supply and install necessary equipment while adhering to strict regulatory guidelines. Proposals must be submitted by May 2, 2025, and interested contractors are encouraged to contact the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or Yvette Tullock at YVETTE.TULLOCK@SWFLANT.NAVY.MIL for further details.
P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-1458 2nd Radio Battalion Complex, Phase 2, which includes a Parachute Maintenance Facility and a Supply Warehouse at Camp Lejeune, North Carolina. The project entails designing and constructing facilities that comply with Anti-Terrorism/Force Protection (ATFP) standards, featuring specialized construction elements such as reinforced concrete structures and advanced mechanical systems. This procurement is critical for enhancing military capabilities and ensuring operational efficiency within federally funded projects, with an estimated budget of approximately $18,030,800 and a completion timeline of 780 days post-award. Interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or by phone at 757-341-0559.
Design-Bid-Build (DBB), Energy Campus Infrastructure at the Philadelphia Navy Yard Annex (PNYA) in Philadelphia, Pennsylvania
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking small business firms capable of providing construction services for the Design-Bid-Build (DBB) Energy Campus Infrastructure project at the Philadelphia Navy Yard Annex in Pennsylvania. This project aims to establish a comprehensive test site, including the construction of pile-supported foundations, concrete ductbanks, utilities, medium voltage switchgears, and a cooling tower, as part of the renovation of Building 77H to support a Land Based Test Site for energy-related testing. Interested small businesses, particularly those that are service-disabled veteran-owned, veteran-owned, HUBZone certified, 8(a) certified, or women-owned, are encouraged to submit a capabilities package that includes relevant project experience, with a focus on projects valued at $15 million or more that demonstrate similar scope and complexity. Responses are due by May 2, 2025, at 14:00 EDT, and should be directed to Madison Tatem at madison.e.tatem.civ@us.navy.mil.
N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC?S, Naval Support Activity Hampton Roads Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build (DB) project to replace backup power generation systems, including Uninterruptible Power Supplies (UPS) and Programmable Logic Controllers (PLCs), at Naval Support Activity Hampton Roads in Norfolk, Virginia. The project requires contractors to conduct detailed studies, ensure compliance with safety regulations, and manage the installation of new systems while refurbishing existing generator switchgear. This initiative is critical for maintaining operational integrity and reliability of power systems at the facility, ensuring minimal disruption during construction. Interested contractors, particularly those holding the relevant Multiple Award Construction Contracts (MACC), should contact Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil or Kristy Gerrek at kristy.gerrek@navy.mil for further details.
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, designated as N40085-25-R-2620, involves comprehensive construction work with an estimated cost between $10 million and $25 million, requiring completion within 730 days after award. The procurement is set aside for small businesses, and contractors must adhere to strict safety and environmental regulations while utilizing the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors should submit their proposals by April 9, 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.
Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.