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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Lighting Upgrade for Hangar 2406
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a lighting upgrade project at Hangar 2406 located at Fort Eustis, Virginia. The objective of this procurement is to install a new power station in Hangar 2418 to support the electrical needs for MOS 15Y Training, addressing the current outdated electrical system that hampers training readiness. This project is crucial for ensuring a reliable power supply for training activities, thereby preventing disruptions and the need for student relocations. Interested parties must confirm their capability to perform the installation by December 17, 2025, at 12:00 PM CST, and can reach out to Jolene A. Granger at jolene.a.granger.civ@army.mil for further information.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the conference room HVAC system at the Navy Gateway Inns & Suites (NGIS) Oceana, Building 460, located in Virginia Beach, Virginia. The project entails inspecting, removing, and replacing non-functional components of a 7.5-ton Trane HVAC unit to restore its full operational capability, with a completion timeline of 21 calendar days following the Notice to Proceed. This contract, estimated at less than $25,000 and funded by Navy Non-Appropriated Funds, is not a small business set-aside and requires compliance with various safety and building codes. Quotes are due by December 9, 2025, at 3:00 PM ET, and interested contractors should direct inquiries and submissions to the Contracting Officer, Kaitlyn Garcia, at kaitlyn.garcia@nexweb.org, or the Contract Specialist, Leanat Delacruz, at leanat.delacruz@nexweb.org.
    62--LED SNGL FIXTURE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of LED single fixtures. The contract requires the manufacture and design of LED fixtures that meet specific technical requirements, including compliance with certain quality assurance standards and packaging specifications. These fixtures are crucial for indoor and outdoor lighting applications within military facilities, ensuring operational readiness and safety. Interested vendors should direct inquiries to Rebecca Aglow at REBECCA.AGLOW@NAVY.MIL or by phone at 771-229-0088, with proposals expected to remain valid for 60 days post-submission.
    FIXTURE,LED LIGHT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of LED light fixtures. This contract aims to fulfill specific requirements related to item unique identification, inspection, and acceptance of supplies, ensuring compliance with various technical and quality standards. The LED light fixtures are critical for enhancing operational efficiency and safety in military applications. Interested vendors should note that this opportunity is set aside for small businesses, and they can reach out to Danielle Dellisola at 771-229-0057 or via email at DANIELLE.DELLISOLA@NAVY.MIL for further details. The solicitation includes specific documentation and compliance requirements, with pricing valid for 60 days post-quotation submission.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.