Multiple Services
ID: N4008520R2557Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for multiple services at Marine Corps Base Camp Lejeune, North Carolina. This procurement encompasses a range of facilities support services, including maintenance and management tasks, structured under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract format, with a base period of one year and four optional years. The initiative is a total small business set-aside, emphasizing the government's commitment to engaging small businesses in fulfilling its operational requirements. Interested contractors must submit their proposals by 2:30 PM EST on March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, and are encouraged to participate in a site visit scheduled for February 13, 2025, to better understand the scope of work involved.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a glossary detailing definitions and acronyms relevant to contracts and services within the Navy's facilities management framework. Key concepts include "Assessment," which refers to the evaluation of facility conditions, and "Contracting Officer," the individual with the authority to manage contracts. The glossary outlines various aspects such as "Direct Material Costs," which are the actual costs incurred from vendor invoices, and "Quality Assurance," which ensures that service quality meets government standards. Other notable entries encompass "Government Furnished Property," assets provided for contract fulfillment, and "Maintenance and Repair," indicating the restoration of facilities to operational condition. This structured lexicon is essential for standardizing terminology in federal requests for proposals (RFPs) and grants, facilitating clear communication and understanding between government entities and contractors, thereby enhancing operational efficiency and compliance in facility management projects.
    The document titled "WAGE DETERMINATIONS" pertains to the Service Contract Act and is submitted by the 02 Office. It serves as a placeholder likely intended for use within various federal and state procurement processes. The primary purpose of this document is to establish wage determinations that comply with federal regulations for service contracts. It is essential for bidding and contract award procedures in government RFPs and grants, as it ensures contractors pay appropriate wages to workers involved in federally funded projects. The attachment suggests a systematic approach to wage setting, reflecting legislative requirements and aiming for fair labor standards. Although the document is brief and lacks extensive details, its role in maintaining compliance and supporting equitable compensation in government contracts is clearly indicated.
    The document outlines a series of regulations and standards relevant to federal and state procurement processes, particularly concerning the safety and environmental management of construction and maintenance operations. Key references include ANSI/ISEA 107-2010 regarding high visibility garments, various Occupational Safety and Health Administration (OSHA) standards, and the National Fire Protection Association (NFPA) codes focused on safety measures in construction and fire prevention. Notably, it emphasizes the importance of identifying hazardous materials and adhering to environmental compliance under executive orders and federal acquisition regulations. This file serves as an essential guide for ensuring safety protocols and environmental standards are upheld in contracts issued by the federal government for construction and service projects. The set directives aim to foster a safe working environment while promoting the use of environmentally friendly materials, reinforcing the government's commitment to health and safety in various operational contexts.
    The document is a contractor's invoice form utilized by the Naval Facilities Engineering Command (NAVFAC) under contract N40085. It outlines the necessary information for processing payments related to a specific task order, including performance metrics and payment certifications. The invoice must detail the total contract value, percentage of performance completed, and amount requested for payment. It includes sections for certifications from appropriate officials regarding the accuracy of the accounting data and validation of funds. The document emphasizes the importance of adhering to government procurement standards for prompt payment, ensuring all required signatures and dates are collected before submission to the paying office. This form serves as a critical tool for maintaining financial oversight and compliance in government contracting, particularly in the context of Federal RFPs and grants.
    The Contractor Significant Incident Report (CSIR) provides a comprehensive framework for documenting workplace accidents involving contractors. It encompasses essential elements including general information about the contracting activity, personal details of the injured, witness accounts, contract specifics, and a thorough accident description. The report highlights accident classifications, such as injury, fatality, environmental issues, and procedural lessons learned, ensuring robust analysis of each incident. Key components involve evaluations of direct and indirect causes of accidents, corrective actions taken to prevent future occurrences, and details on personal protective equipment used during the incident. Additionally, the report establishes a protocol for notifying OSHA and investigating violations of safety standards under EM-385-1-1. The purpose of this document aligns with federal guidelines under RFPs and grants, prioritizing contractor accountability and safety. It facilitates systematic reporting and analysis of workplace incidents, contributing to improved safety measures and compliance within federal and state projects. The CSIR stands as a vital tool in fostering a safer working environment and minimizing risks associated with construction-related activities.
    The document is a standard Motor Vehicle Accident Report template used to collect pertinent information following vehicular accidents. It outlines necessary details such as the date of the incident, vehicle year/make/model, driver information, home address, telephone number, and vehicle registration details. Additionally, it provides a section for a description of the accident and requires the driver’s signature, indicating verification of the information provided. The structure of the report is straightforward, allowing for the collection of essential data in an organized manner. The primary purpose of this document within the context of government RFPs, grants, or state and local projects is to gather accurate information for legal and insurance purposes, thus supporting public safety and regulatory requirements associated with motor vehicle operations and accidents.
    The Spill Response Form (MCBCL/MCASNR SPCC State Notification of Discharge Report) is designed for reporting spills and discharges of pollutants, outlining key details regarding the incident. The form requires information such as the date and time of the discharge, the responsible party's details, the source and location of the release, and the type and quantity of the substance involved. Respondents must assess the potential environmental impact, including nearby water supplies, and document any notifications made to relevant authorities like the EPA or the Coast Guard. The form emphasizes the importance of record-keeping for spill response, including the cause of release, mitigation actions taken, and environmental monitoring data. This structured reporting is essential for compliance with both federal and state environmental regulations, ensuring that any hazardous substance discharge is promptly addressed to protect public health and the environment.
    The document titled "Contractor Hazardous Material Inventory Log" outlines the requirements and processes for managing hazardous materials by contractors involved in government projects. Its primary focus is the systematic documentation and tracking of hazardous materials utilized on job sites to ensure compliance with federal and state regulations. The log serves as a vital tool for contractors to report inventories, detailing types of materials, quantities, and locations used during their operations. Key points include the necessity of accurate record-keeping to facilitate safety inspections, audits, and emergency responses. The log mandates the reporting of specific materials, including any hazardous substances designated under environmental regulations. This ensures that all contractors adhere to safety standards, promoting environmental protection and workplace safety. The document also accentuates the importance of maintaining up-to-date inventories to mitigate risks associated with hazardous materials, thus safeguarding both the workforce and the public. Ultimately, this log is a critical component in the management of hazardous materials within government contracts, ensuring that protective measures are consistently observed throughout project lifecycles.
    The document outlines various attachments related to a federal Request for Proposals (RFP) and grants. It is organized into multiple sections, each identified by an attachment number and title. Notable attachments include definitions and acronyms, wage determinations, directives and references, and several forms such as an invoice form and various incident reports. Specific forms highlight contractor responsibilities regarding significant incidents, vehicle accidents, spill control, and hazardous material inventory. Additionally, the file includes an information sheet on the Camp Lejeune sanitary landfill and lists exhibit line item numbers, which are key for referencing specific agreements or requirements related to government contracts. The structure indicates a comprehensive approach to ensure compliance, safety, and proper documentation in the execution of contracts related to federal initiatives. Overall, the file serves as a crucial resource for contractors involved in federal work, providing essential guidelines, forms, and definitions for successful proposal submission and project management.
    This document outlines the federal Request for Proposals (RFP) and firm-fixed-price options for elevator maintenance, inspection, and repair services at various locations associated with the Marine Corps Base Camp Lejeune and the Naval Hospital Camp Lejeune. The RFP includes detailed specifications for preventive maintenance, repair, and air quality testing services for elevator systems, wet agent fire suppression systems, and grease trap maintenance. Specific tasks are defined, such as weekly, monthly, semi-annual, and annual maintenance services, alongside emergency service calls. Subtotal figures are provided for each type of service across various locations, indicating the structure of the pricing model based on estimated quantities. The main objective of this RFP is to solicit bids for these critical maintenance services to ensure safety and operational efficiency. By outlining clear service requirements and quantities, the government aims to facilitate a competitive selection process for contractors who can deliver quality maintenance services while adhering to strict safety and regulatory standards associated with federal operations. This structured approach seeks to enhance operational readiness and ensure compliance with applicable regulations across military and medical facilities.
    The document provides an inventory of Wet Agent Fire Suppression Systems used across various federal buildings and military facilities. It details the number of systems installed from different brands—ANSUL, GUARDIAN, DENLAR, and PRO CHEM—across various sites, such as mess halls, fire stations, and schools, effective from April 1, 2025. The inventory lists each building with specific identification numbers, indicating the presence and quantity of each fire suppression system. The emphasis on fire safety systems reflects the government's commitment to ensuring proper fire protection in public facilities, complying with safety standards. This inventory serves as a resource for planning, maintenance, and potential upgrades to fire suppression systems in response to local and federal safety regulations. Overall, the document underscores the importance of maintaining updated fire safety measures as part of broader government RFPs and grants aimed at enhancing facility safety and compliance.
    The document outlines the service schedule and specifications for the pumping and cleaning of grease traps at various facilities located at Marine Corps Base (MCB) Camp Lejeune, North Carolina, along with those associated with the Marine Corps Community Services (MCCS) and Department of Defense Dependents Schools (DODDS). It details a total of 34 grease traps across multiple buildings within the specified facilities, specifying their capacities, service frequency (three times per year—January, May, and September), and the total number of traps by category. The report lists individual buildings, their respective trap counts and gallons capacities, highlighting the operational requirements for maintaining proper waste management. This information is crucial for ensuring compliance with health and environmental regulations, indicating a structured approach towards facility maintenance and public health safety. The document's purpose aligns with broader government objectives to ensure efficient resource management through systematic maintenance practices as part of federal, state, and local RFPs and grants for facility upkeep.
    The document serves as a transmittal form for contractor submittals related to a federal contract, specifically to be reviewed by the Officer in Charge of Construction (OICC) for MCI East. It outlines the procedure for submitting various types of documentation, ensuring clarity in the review process, including action codes such as approval, disapproval, and comments. Each submission must adhere to specific guidelines and indicate relevant project specifications, item identification, and requisite copies for distribution. The form emphasizes that approval of submittals does not cover any deviations from contract requirements unless explicitly noted by the contractor. Action codes and comments from reviewers play a crucial role in maintaining communication between the contractor and the reviewing parties, with copies being sent to relevant authorities, including the ROICC and LANTDIV. This structured approach to contractor submissions underscores a commitment to oversight and compliance within the context of federal contracts and projects, ensuring that all parties are aligned and informed throughout the process.
    This document outlines a treatment inventory for grease traps and drain lines at various Marine Corps Base (MCB) facilities located in Camp Lejeune, North Carolina, as well as at Marine Corps Community Services (MCCS) locations, the Naval Hospital, and Department of Defense Dependents Schools (DODDS). It provides detailed information on the number of traps, their locations, capacities (in gallons), and service frequency, indicating that each facility typically requires monthly maintenance. The inventory lists 38 total grease traps across 15 buildings in MCB, 15 in MCCS facilities, 1 in the Naval Hospital, 7 in DODDS schools, and 1 in MCAS, New River, with specific capacities ranging from 50 to 4,765 gallons. This document serves as part of the federal government’s Request for Proposals (RFP) and grants, establishing a comprehensive understanding of the maintenance needs for grease traps and ensuring compliance with environmental standards and proper waste management procedures. By detailing the inventory and service requirements, it highlights the importance of maintaining effective grease trap operations in military and associated facilities.
    This document details the inventory and service schedule for the collection and disposal of grease cans at various facilities operated by MCCS (Marine Corps Community Services) and the Naval Hospital at Camp Lejeune and New River MCAS. Each service location, including the Bowling Center Snack Bar, Staff NCO Club, Exchange Food Court, Golf Course Snack Bar, and others, requires monthly collection, with the Naval Hospital serviced every three weeks. The total number of grease cans listed for disposal amounts to nine. The systematic collection of these cans aims to maintain hygiene and compliance with environmental standards in food service operations. This initiative reflects the responsibility in managing waste effectively across military restaurants and clubs, promoting sustainable practices while ensuring a clean operational environment.
    The solicitation N40085-25-R-2557 issued by the Naval Facilities Engineering Command (NAVFAC) seeks proposals for base-wide multiple services at Marine Corps Base Camp Lejeune, North Carolina. This contract is a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) structure, with a base period of one year and four one-year options, aimed at supporting facilities management and operational requirements. The acquisition is 100% set aside for small businesses, under NAICS Code 561210, with a size standard of $47 million. Interested offerors must submit their proposals by 2:30 PM EST on March 10, 2025, to the attention of Donna Mason at NAVFAC MIDLANT ROICC, ensuring all documentation is complete in compliance with the provided instructions. The contractor will deliver comprehensive services, including labor, management, and maintenance as outlined in the solicitation's annexes. A site visit is scheduled for February 13, 2025, encouraging offerors to inspect the work location. Notably, if funds are unavailable, no contract will be awarded, emphasizing the importance of funding continuity for project execution. This document encapsulates NAVFAC's intent to procure essential services efficiently while adhering to government procurement regulations.
    Lifecycle
    Title
    Type
    Multiple Services
    Currently viewing
    Solicitation
    Similar Opportunities
    IDIQ Small Business Multiple Award Construction Contract for General Construction Projects Primarily for the Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point
    Buyer not available
    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 contract, set aside for small businesses under NAICS code 236220, aims to enhance construction capabilities with an estimated value of up to $495 million over five years, including a 'seed project' for the Design Wing Relocation at Camp Lejeune. Interested contractors must demonstrate their qualifications through detailed project experience and past performance evaluations, with proposals subject to a comprehensive review process emphasizing both price and technical merit. For further inquiries, potential bidders can contact Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil, with proposal submissions due by the specified deadline.
    Repair BEQ HP505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the repair of Bachelor Enlisted Quarters (BEQ) HP505 at Marine Corps Base Camp Lejeune, North Carolina. The project involves extensive renovations, including structural repairs, mechanical system upgrades, and compliance with safety and fire protection standards, with an estimated contract value between $10 million and $25 million. This initiative is critical for enhancing living conditions for military personnel and ensuring the facility meets modern operational requirements. Proposals are due by January 22, 2025, and interested contractors should contact Kyle Vaughan at kyle.l.vaughan2.civ@navy.mil for further details.
    Base Housing Demolition (Multiple Locations)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified small business contractors for the demolition of fifty-seven base housing structures at Marine Corps Base Camp Lejeune in North Carolina. The project requires comprehensive demolition services, including the management of associated utilities and pavement, with an emphasis on regrading the sites to ensure positive drainage. This initiative underscores the government's commitment to small business participation in federal contracting, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by February 19, 2025, to Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil for consideration.
    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.
    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.
    Landfill Closure Phase III
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Landfill Closure Phase III project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the final cap closure of the Piney Green Landfill, with an estimated contract value between $1 million and $5 million, and a completion timeline of 270 days post-award. The procurement emphasizes compliance with environmental management standards, including adherence to the Davis-Bacon Act for wage determinations and the Buy American Act for construction materials. Proposals are due by February 18, 2025, and interested contractors can reach out to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further inquiries.
    Furniture Installation Services
    Buyer not available
    The Department of Defense, specifically the Commanding General at Marine Corps Installations East, is seeking qualified contractors to provide furniture installation services at Camp Lejeune, North Carolina. The scope of work includes assembly, disassembly, installation, de-installation, relocation, and disposal of modular systems, case goods, and furniture across various locations on the base and its tenant activities. This requirement is critical for maintaining operational efficiency and supporting the needs of military personnel and facilities. The contract will be a firm fixed price, set aside for small businesses, with a base period and two optional twelve-month periods. Interested contractors must register in the System for Award Management (SAM) and can contact Rebecca Hayes at Rebecca.L.Hayes.ctr@usmc.mil or call 910-451-7884 for further information. The solicitation is expected to be posted on www.Sam.gov under the reference number M67001-25-Q-0007.
    Chemicals
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information from potential vendors regarding the supply of chemicals for Marine Corps Base Camp Lejeune in North Carolina. This Sources Sought announcement aims to gather insights for planning purposes and does not constitute a formal solicitation for proposals or contracts. The procurement is categorized under NAICS code 325180, which pertains to Other Basic Inorganic Chemical Manufacturing, and the government is interested in identifying capable sources, including small businesses and those with specific certifications. Interested parties must submit their responses, including company details and relevant documentation, to Patricia Quinones by February 21, 2025, at 2:00 PM EDT.
    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.
    Maintenance & Repair of Screw Pumps
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking small business contractors for the maintenance and repair of industrial screw pumps at the Marine Corps Base Camp Lejeune Wastewater Treatment Facility. The procurement aims to identify qualified vendors capable of performing preventive maintenance, with a focus on facilitating a potential small business set-aside for eligible classifications such as 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Economically Disadvantaged businesses. This opportunity is crucial for ensuring the operational efficiency of sewage treatment facilities, which play a vital role in environmental management and public health. Interested parties must submit a one-page capability statement by March 3, 2025, and direct their responses to the designated government email, as phone inquiries are not permitted. For further information, contact Benjamin A. Bryan at benjamin.a.bryan.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.