REPAIR FIELD LIGHTING/ADD TIMER- FIXTURES AND CROSSMEMBERS, BLDG 624, NAS OCEANA
ID: N4008525R2648Type: 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 OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the repair of field lighting and the addition of timer fixtures and cross members at Building 624, Naval Air Station Oceana in Virginia Beach, Virginia. The project involves the demolition of existing lighting fixtures and electrical components, followed by the installation of new LED fixtures and necessary controls, with a completion timeframe of 120 days from the award date. This initiative is crucial for enhancing safety and operational efficiency at military facilities, with an estimated budget ranging from $250,000 to $500,000. Interested contractors under the 8(a) IDIQ MACC construction contract must submit proposals by April 17, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 7:05 PM UTC
This document outlines the procedures for accessing various military installations, specifically NAS Oceana, Dam Neck Annex, and the DEVGRU compound. It specifies different access request formats: an Excel spreadsheet for general access to NASO and DNA, another for contractor vehicle access, and a third for DEVGRU access. Applicants must undergo background checks and submit necessary forms via email, avoiding faxes. The document stresses strict completion of the required fields, security vetting protocols, and the necessity of the SECNAV 5512/1 form to the pass office for access credentials. Accessing the DEVGRU compound requires existing access to the primary bases, emphasizing a supportive communication line for inquiries or concerns. The procedural clarity aims to streamline the process while enhancing security at these sensitive locations.
Apr 7, 2025, 7:05 PM UTC
The document outlines the required fields for a federal or local procurement process, particularly focusing on an individual or entity seeking access to a facility. It specifies the essential data needed, including personal identification (last name, first name, middle name), facility details, company name, sponsor information, access hours, and contact details like phone numbers and emails. Additionally, the document includes specific checkboxes indicating aspects like NASO/DNA and whether access pertains to a flight line. This structure suggests a formal process for requesting facility access, integral in federal and state procurement activities, ensuring all necessary information is systematically gathered for evaluation and approval. The orderly format reflects standard practices in governmental RFPs and grants, emphasizing thoroughness and compliance.
Apr 7, 2025, 7:05 PM UTC
This document is an amendment to solicitation N40085-25-R-2648, which pertains to the repair of field lighting and the addition of timer fixtures and crossmembers for Building 624 at NAS Oceana, Virginia Beach, Virginia. The amendment serves primarily to issue the Site Visit Sign-In Sheet associated with the solicitation. Key details include the required acknowledgment of this amendment prior to the submission deadline, with options provided for contractors to confirm receipt. The formal structure adheres to federal contracting standards, emphasizing the importance of maintaining the original terms and conditions of the solicitation while updating certain administrative details. This amendment reflects the continuous effort to communicate effectively with potential contractors, ensuring compliance and clear understanding of project requirements and timelines. The attachment mentioned consists of a PDF sign-in sheet relevant to the site visit, adding transparency and facilitating the engagement of interested contractors in the bidding process.
Apr 7, 2025, 7:05 PM UTC
This document is an amendment to solicitation number N40085-25-R-2648 for the repair of field lighting and installation of timer fixtures and crossmembers at Building 624, NAS Oceana, Virginia Beach, Virginia. The amendment serves multiple purposes, primarily to issue responses to previously submitted PPI (Pre-Proposal Inquiry) and an updated Scope of Work. It states that the due date for offers has been extended and outlines the requirements for contractors to acknowledge receipt of this amendment to ensure their proposals are considered. Specific changes and clarifications have been introduced, and two attachments related to this amendment are included. The overall intent is to enhance the existing solicitation by incorporating feedback and refine the project scope, thus ensuring compliance and clarity for potential contractors. The amendment emphasizes the importance of adhering to the stipulated timelines and requirements in the procurement process.
Apr 7, 2025, 7:05 PM UTC
Apr 7, 2025, 7:05 PM UTC
The document outlines a solicitation for a construction project to repair field lighting and add timer fixtures and cross members at Building 624, Naval Air Station Oceana, Virginia Beach, Virginia. The project, under Solicitation No. N40085-25-R-2648, is set to begin on March 18, 2025, with a completion timeframe of 120 days. Contractors under the 8(a) IDIQ MACC construction contract are eligible to submit proposals, focusing on the demolition and replacement of existing lighting systems with LED fixtures, along with necessary electrical components and controls. The estimated budget for the project is between $250,000 and $500,000, with bids evaluated primarily based on price. Contractors must adhere to federal wage rate requirements and submit a proposal that verifies compliance with various regulations and clauses. A site visit is scheduled for March 25, 2025, and proposals are due by April 17, 2025. The document emphasizes the importance of timely submissions, adequate bonding, and potential liquidated damages for delays, reflecting the government's commitment to efficiency and quality in contract performance while adhering to federal procurement standards. Overall, this solicitation demonstrates the government's initiative in upgrading infrastructure and enhancing safety standards at military facilities.
Apr 7, 2025, 7:05 PM UTC
The OCEANA 8A IDIQ document outlines the general requirements for a contract associated with construction projects at Naval Air Station Oceana. It details administrative procedures, work restrictions, price and payment processes, and safety requirements. Key components include the need for contractor qualifications, project scheduling, and compliance with governmental safety regulations. Contractors must provide a salvage plan and have a minimum insurance coverage during project execution. The document emphasizes the importance of coordination with various authorities, structured communication, and adherence to timely progress updates, such as Baseline Construction Schedules and 3-Week Look Ahead Schedules. Notably, work will occur in occupied buildings, necessitating careful management to minimize disruptions. The emphasis on quality control throughout the project lifecycle showcases the government’s commitment to maintaining high standards and compliance during construction. Overall, this guideline serves as a framework for efficiency, safety, and compliance in federal contracting for construction projects.
Apr 7, 2025, 7:05 PM UTC
The document outlines a Request for Proposal (RFP) for a project titled "Repair Field Lighting/Add Timer-Fixures and Crossmembers, BLDG 624, NAS Oceana," with solicitation number N4008525R2648. The designated cut-off date for inquiries is April 2, 2025. The RFP seeks contractors to carry out repairs and upgrades to the field lighting system, including the installation of timer fixtures and crossmembers at the specified building within NAS Oceana. This initiative underscores the federal government's commitment to improving infrastructure and operational efficiency at military facilities. Respondents must adhere to established guidelines and provide detailed proposals that address the project requirements effectively and in compliance with relevant regulations. The document serves as a preliminary communication for potential bidders, allowing them to prepare for the formal submission process and clarify any questions regarding the project scope and expectations.
Apr 7, 2025, 7:05 PM UTC
The provision 52.204-24 outlines representation requirements concerning telecommunications and video surveillance services or equipment for federal contracts, as mandated by the John S. McCain National Defense Authorization Act of 2019. This directive prohibits federal agencies from procuring or renewing contracts that involve "covered telecommunications equipment or services" deemed as critical technology or essential components of systems. It specifies that if an offeror does provide such equipment or services, they must disclose detailed information regarding these offerings, including the entity producing the equipment and the intended use. Additionally, offerors must conduct inquiries to confirm whether they are using any covered telecommunications resources. The regulation aims to ensure compliance with federal standards, protecting against potential security threats linked to inadequate technologies. The document is structured into definitions, prohibitions, procedures, and representations, clearly laying out both the obligations of offerors and the conditions under which they may contract with the government.
Apr 7, 2025, 7:05 PM UTC
The document is currently inaccessible due to a viewing issue. As such, I am unable to read or summarize its content. For an effective summary, it's essential to have a clear understanding of the file's main topic, key ideas, and structure. Should the issues with the PDF be resolved and the document's contents made available, I would be able to proceed with a comprehensive analysis and summary in accordance with government RFPs and grants. Until then, further information or alternative access is needed for analysis.
The document outlines the scope of work for a project titled "Repair All Field Lighting / Add Timer-Fixtures and Cross Members" at the Naval Air Station Oceana in Virginia Beach, Virginia. The contractor is tasked with providing all necessary supervision, labor, materials, and equipment to replace 69 pole-mounted light fixtures with LED equivalents, install new electrical components, and ensure compliance with safety and environmental regulations. Key requirements include demolishing and replacing non-functional lighting fixtures and components, managing hazardous materials, and maintaining site safety throughout the project. The project must be completed within 120 calendar days of the task order award, with strict adherence to local and federal codes. Additional considerations address FOD prevention, utility verification, and the necessary coordination for outages or hazardous material handling. Communication is essential, with designated points of contact for various tasks, and all proposed materials must meet specified standards. The document emphasizes thorough field verification of existing conditions prior to any fabrication or installation activities, ensuring a comprehensive and compliant execution of the lighting repair project.
Apr 7, 2025, 7:05 PM UTC
The document outlines wage determinations for construction projects within Virginia, specifically focusing on the independent city of Virginia Beach. It details the minimum wage rates required under the Davis-Bacon Act, particularly the implications of Executive Orders 14026 and 13658. For contracts starting or renewed post-January 30, 2022, a minimum wage of $17.75 is mandated. In contrast, contracts awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour unless otherwise specified. The wage determination includes a comprehensive listing of labor classifications and corresponding wage rates, including various trades such as electricians, ironworkers, and plumbers, emphasizing both hourly pay and fringe benefits associated with each classification. Additional nuances regarding worker protections, including the provision of paid sick leave under Executive Order 13706, are noted. The process for addressing wage determination appeals is also summarized, outlining steps for initial inquiries and potential re-evaluations. This document is crucial for contractors bidding on federally funded projects, ensuring compliance with federal wage standards and labor regulations as part of broader construction initiatives within Virginia. It emphasizes the government's commitment to fair labor standards and transparent contract management.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including the installation of RF shielding, reconfiguration of spaces, and establishment of secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors, specifically those holding the appropriate indefinite-delivery contracts, must submit their proposals by May 5, 2025, following a mandatory site visit on April 9, 2025, and inquiries due by April 22, 2025. For further information, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
Repairs to Room 107B, B4066 for KC130 OTA #7
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for repairs to Room 107B in Building 4066 at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7434099. The project involves electrical upgrades, including the installation of a ground bar, a surface-mounted electrical panel, emergency power-off switches, and enhanced lighting features, with a completion deadline of 180 days post-award. This initiative is crucial for maintaining and modernizing military facilities to meet operational demands while ensuring compliance with safety and regulatory standards. Interested contractors, particularly those on the M&R MACC list, must submit their proposals electronically by May 22, 2025, and 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. The estimated project cost ranges from $25,000 to $100,000, and a bid bond is required based on the proposal value.
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.
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.
Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
Repairs to Room 112 Building 4305 for KC130 OTA #6
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Room 112 in Building 4305A at Marine Corps Air Station Cherry Point, North Carolina. This project, designated as Project No. 7434031, involves the installation of electrical infrastructure, including a ground bar, a new electrical panel, and an Emergency Power Off switch, with a target completion date of 60 days post-award. The estimated cost for this procurement is under $25,000, and it is restricted to specific M&R MACC contractors, with proposals due by May 22, 2025. Interested contractors should contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring, ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548 for further details.
CSS 88751 - Repair Light Fixtures
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking qualified contractors to replace light fixtures in support of the 99th Readiness Division. The procurement will involve furnishing all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. This project is categorized under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for 100% Small Business participation, with a projected contract value of up to $45 million. Interested parties should note that the solicitation number W15QKN-25-R-A078 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further inquiries.
Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC office, for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC). The contract is primarily for construction projects in support of Air Station Oceana, Joint Expeditionary Base Little Creek-Ft. Story, and Naval Air Station Yorktown in the Hampton Roads area, Virginia. The projects will include general building type projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000. The NAICS Code is 236220. The Request for Proposal (RFP) will be issued in November 2017.