P-1069, MARITIME SURVEILLANCE SYSTEM FACILITY, NAVAL AIR STATION OCEANA/DAM NECK, VA
ID: N4008525R2512Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the construction of the P-1069 Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck, Virginia Beach, Virginia. This project involves a significant construction effort, including the design and build of a new facility and renovations to existing structures, with an estimated contract value between $25 million and $100 million and a total construction duration of 1,996 calendar days. The facility will enhance operational capabilities and support for maritime surveillance operations, emphasizing compliance with safety and sustainability standards throughout the construction process. Interested contractors must submit their proposals electronically via the PIEE Solicitation Module by November 4, 2025, and can direct inquiries to Leslie McGehee at leslie.m.mcgehee.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines revised and new specifications for construction project scheduling, focusing on work restrictions and detailed phasing. Section 01 14 00 WORK RESTRICTIONS has been revised, and new sections detailing special scheduling requirements have been added. The project is divided into several construction phases: Preconstruction (161 days), Phase 1 (170 days), Phase 2 (970 days, including Subphases 2A and 2B), Phase 3 (687 days, including Subphases 1-9), Final site work (42 days), and Project closeout (84 days). The document also specifies Beneficial Occupancy Dates (BOD) for each phase and subphase, calculated from the notice to proceed or preceding phase BODs. Notably, Phase 3 includes nine Fire Protection subphases with specific BODs. The total construction duration is 1,996 calendar days, with coordination details found on drawing sheets GI003, FX002, and FX003.
    Amendment 0001 to Solicitation N4008525R2512 extends the proposal due date from July 11, 2025, to July 18, 2025, for the P-1069 Maritime Surveillance System Facility project at Naval Air Station Oceana/Dam Neck Annex, Virginia Beach, Virginia. It also provides detailed site visit information for July 1, 2025, at 1000, located at Building 470, 352 S Bullpup Street, Virginia Beach, VA 23461. Attendees must submit a Sponsor Verification Spreadsheet and a list of names and companies by June 24, 2025, for base access. The SECNAV 5512 Form and two forms of ID must be hand-delivered on the site visit day. Personal electronic devices are prohibited, and attendees must comply with REAL ID Act requirements for base access. This amendment ensures all potential offerors have updated information for the proposal and site visit.
    Amendment 0002 for Solicitation Number N4008525R2512, for the P-1069 Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck Annex, Virginia Beach, Virginia, has been issued. This amendment incorporates two key documents: the Construction Security Plan (CSP) and the Site Visit Log. The CSP will be distributed to all MACC Holders via a DoDSafe encrypted link, while the Site Visit Log is attached separately. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 on the form, acknowledging it on each offer copy, or submitting a separate letter or electronic communication. Failure to acknowledge receipt by the specified deadline may lead to the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to Solicitation N4008525R2512, for the P-1069 Maritime Surveillance System Facility, Naval Air Station Oceana/Dam Neck Annex, Virginia Beach, Virginia, has been issued by NAVFACSYSCOM MID-ATLANTIC. This amendment extends the proposal due date from July 18, 2025, to July 24, 2025. Additionally, the deadline for submitting Pre-Proposal Inquiries (PPIs) has been extended from July 8, 2025, to July 16, 2025. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 for Solicitation N4008525R2512 extends the proposal due date from July 24, 2025, to August 05, 2025, for the P-1069 Maritime Surveillance System Facility project. It includes a Justification & Approval (J&A) for Interior Finishes and provides responses to Pre-Proposal Inquiries (PPIs). Key clarifications address physical security wiring, software licensing for new installations, and the acceptance of alternative deep foundation systems post-award. The amendment also confirms that the Buy American Act applies to the entire project, all firestopping must be done by a single contractor, and disposal of hauled-off material requires a Subtitle D landfill. Additionally, it clarifies that the Construction Security Plan (CSP) can be shared with authorized subcontractors, and the DDC controls must be from the existing manufacturer in building 469. It also states that no second site visit will be held.
    Amendment 0005 to Solicitation N4008525R2512 for the P-1069 Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck Annex, Virginia Beach, Virginia, extends the proposal due date from August 5, 2025, to August 19, 2025. This amendment, issued by NAVFACSYSCOM MID-ATLANTIC, requires offerors to acknowledge receipt by completing specific items, submitting a separate letter, or acknowledging on each offer copy. Failure to acknowledge by the deadline may result in offer rejection. All other terms and conditions of the original solicitation remain unchanged. The point of contact for this contract is Leslie McGehee.
    Amendment 0006 for Solicitation N4008525R2512 addresses Pre-Proposal Inquiry (PPI) responses for the P-1069 Maritime Surveillance System Facility project. Key clarifications include integration with the Metasys DDC server for Building 469, use of Small Format Interchangeable Core (SFIC) locks for the master keying system, and acceptance of horizontal air intake for generator enclosures. The amendment confirms the construction completion date is 1,180 calendar days, overriding previous estimates. It also specifies that the Buy American Act applies to the entire project. Additionally, the document clarifies that the Construction Security Plan (CSP) remains Controlled Unclassified Information (CUI), while other project plans are unclassified, and government escorts will be provided for work in Building 470. Specific cable types and colors are confirmed for security and two-way communication systems, and RF shielding requirements are detailed, including the acceptability of supporting RF ceiling panels from the concrete structure above. The project also accepts Flexco Delane ESD Vinyl Tile for access flooring.
    Amendment 0007 to Solicitation N4008525R2512 for the P-1069 Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck Annex, Virginia Beach, Virginia, extends the proposal due date from August 19, 2025, to August 22, 2025. This amendment also provides responses to Pre-Proposal Inquiries (PPIs). Key PPI responses address inquiries regarding shielding effectiveness requirements for the shielded enclosure, clarifying that the information is classified and bidders should design the space to meet TEMPEST Level B requirements. Additionally, a requested Permit Record of Decision form (PROD_Form_P1069) is provided as an attachment.
    Amendment 0008 to Solicitation N4008525R2512 for the P-1069 Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck Annex revises and clarifies the Request for Proposal (RFP). Key updates include a revised Price Proposal Form, a Geotechnical Report, a Clarification Narrative, and approved site pictures. The amendment addresses numerous pre-proposal inquiries (PPIs) regarding pricing, scope of work (including unexploded ordnance and contaminated soil disposal), personnel requirements (allowing US citizens, legal permanent residents, or individuals with legal right to work), and technical specifications for systems like RF shielding and engine-generator sets. It emphasizes that certain sensitive information cannot be shared due to classification levels and clarifies that design costs for FF&E, AV, and ESS are not the contractor's responsibility. The amendment ensures that all terms and conditions of the original solicitation, as modified, remain in full force.
    Amendment 0009 to Solicitation N4008525R2512 for the P-1069 Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck Annex extends the proposal due date from August 22, 2025, to September 3, 2025. This amendment also includes a separately attached Site 1 Boundary Map (Final_DamNeck_PFAS_SI_Report Site 1 Figure P1069) and provides responses to Pre-Proposal Inquiries (PPIs). Notably, one PPI response directs offerors to the attached Site 1 Boundary Map for information regarding the Environmental Restoration Program Site 1 Boundary. This document outlines the procedures for acknowledging the amendment, emphasizing timely submission to avoid rejection of offers, and confirms that all other terms and conditions of the original solicitation remain unchanged.
    Amendment 0010 for Solicitation N4008525R2512 extends the proposal due date from September 3, 2025, to September 16, 2025. This amendment also incorporates a Clarification Narrative and responses to Pre-Proposal Inquiries (PPIs). Offerors must acknowledge receipt of this amendment by completing items 8 and 15, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may result in the rejection of the offer. The document emphasizes the importance of these updates for the P-1069 Maritime Surveillance System Facility project at Naval Air Station Oceana/Dam Neck Annex, Virginia Beach, Virginia.
    Amendment 0011 for Solicitation N4008525R2512, for the P-1069 Maritime Surveillance System Facility, Naval Air Station Oceana/Dam Neck Annex, Virginia Beach, Virginia, has been issued. This amendment extends the proposal due date from September 16, 2025, to October 16, 2025. Additionally, it addresses a Pre-Proposal Inquiry (PPI) regarding Computer Room Air Conditioner specifications. Specifically, it allows for Steam Generating Humidifiers as an acceptable alternative to the previously specified infrared-type humidifiers, accommodating a broader range of manufacturers due to maintenance and operational concerns with infrared systems.
    Amendment 0012 to Solicitation N4008525R2512 for the P-1069 Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck Annex, Virginia Beach, Virginia, extends the proposal due date from October 16, 2025, to October 30, 2025, at 2 PM ET. Additionally, it provides an updated Wage Determination, VA20250167, effective September 19, 2025. This amendment outlines prevailing wage rates for various construction trades in Virginia Beach, referencing compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered contracts. It details the process for acknowledging amendments and modifying offers, emphasizing timely receipt. The document also includes instructions for appealing wage determinations and classification additions.
    Amendment 0013 for Solicitation N4008525R2512 extends the proposal due date to November 4, 2025, and updates critical contract information for the P-1069 Maritime Surveillance System Facility project. Key changes include revised clauses for Time for Completion and Liquidated Damages, setting completion at 1996 days post-award with a daily penalty of $3,951.51 for delays. Evaluation factors for Factor 1 (Management Approach and Schedule) have been updated, requiring a detailed narrative work plan and summary schedule addressing project complexities and timelines. The amendment also provides separately attached documents, including an AV Equipment Budget/List, AE Continuation Sheets, AV specifications, a revised Price Proposal Form (Revision 2), and photos of Building 470. Additionally, responses to Pre-Proposal Inquiries clarify details regarding UXO handling (not required), CLIN 0005 (now a lump sum without HAR), RF shielding panel assembly, and the AV equipment list. The revised Price Proposal Form is provided to address previous confusions regarding CLINs.
    Amendment 0014 for Solicitation N4008525R2512 addresses clarifications and revisions for the P-1069 Maritime Surveillance System Facility project. Key changes include a revised Continuation Sheet and responses to Pre-Proposal Inquiries (PPIs). The amendment clarifies the project's 1,996-calendar-day period of performance, detailing how various phases and subphases, including fire protection work and project closeout, contribute to the total duration. It confirms that liquidated damages (LDs) of $3,951.51 per calendar day apply only to the overall project Period of Performance, not to interim milestones for fire protection phases or subphases. The document also addresses questions regarding the sequencing and durations of project phases, particularly Phase 2 and 2A, and the potential for dual-hatting roles for cost savings. A revised Continuation Sheet is provided to incorporate these updates and ensure accurate scheduling and pricing for subcontractors.
    This document outlines a Request for Proposal (RFP) for an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads Area of Responsibility (HR AOR), Virginia, specifically for the P-1069, Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck. The project involves a Design-Bid-Build construction of a new facility and renovation of Building 470, with an estimated price range of $25,000,000 to $100,000,000 and a completion time of 1180 calendar days. The solicitation, N4008525R2512, targets existing HR LP MACC contract holders and requires proposals by July 11, 2025. Evaluation factors include Management Approach and Schedule, Past Performance, and Price, with non-price factors combined being approximately equal to price. Proposals must be submitted electronically via the PIEE Solicitation Module.
    This amendment modifies the solicitation N4008525R2512 for a Maritime Surveillance System Facility project at Naval Air Station Oceana/Dam Neck Annex in Virginia Beach, Virginia. The key changes include the extension of the proposal due date from July 11, 2025, to July 18, 2025, and the provision of information regarding a mandatory site visit for participating firms. Scheduled for July 1, 2025, at 10:00 AM, the site visit will gather interested parties for a walkthrough of the facility, with strict access protocols due to security regulations. Attendees must provide their company names and submit base access documentation, including the Sponsor Verification Spreadsheet and SECNAV 5512 Form, by June 24, 2025. It’s emphasized that only individuals on the approved list may attend and that personal electronic devices are prohibited during the visit. The amendment underscores the importance of complying with specific identification requirements for base access as stipulated by the REAL ID Act, effective May 7, 2025. Accordingly, the document serves to inform and ensure that interested contractors are adequately prepared for participation in the bidding process.
    This document constitutes Amendment 0002 to the solicitation N4008525R2512 for the Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck Annex in Virginia Beach, Virginia. It stipulates that offers must acknowledge receipt of the amendment before the specified deadline, detailing acceptable methods for acknowledgment, including letter or electronic communication. Amendments to previously submitted offers can also be made electronically, provided they reference the solicitation and are received on time. Significantly, this amendment incorporates a Construction Security Plan (CSP), which will be communicated securely to all Multiple Award Construction Contract (MACC) holders, and a Site Visit Log, both attached separately. The amendment serves to update and clarify terms while ensuring compliance and security in the proposed construction effort. The document emphasizes the importance of acknowledging amendments to avoid offer rejection, thereby maintaining the integrity of the procurement process.
    The document outlines Amendment 0003 to the solicitation N4008525R2512 for the Maritime Surveillance System Facility at Naval Air Station Oceana, Virginia. The primary purpose of this amendment is to formally acknowledge changes to the proposal submission timeline. Specifically, the due date for proposals is extended from July 18, 2025, to July 24, 2025, providing potential contractors with additional time to prepare their submissions. Furthermore, the cutoff date for Pre-Proposal Inquiries has also been extended from July 8, 2025, to July 16, 2025, allowing for further clarification on the solicitation prior to the submission deadline. Additionally, the amendment details procedures for acknowledging receipt of this amendment and conditions under which offers may be rejected if not properly acknowledged. It remains a critical document in the context of federal RFPs, ensuring transparency and clarity in the procurement process for contractors. Overall, this amendment serves to enhance participation in the bidding process by clarifying timelines and deadlines relevant to the solicitation.
    This document amends solicitation N4008525R2512 for the Maritime Surveillance System Facility at Naval Air Station Oceana, extending the proposal deadline from July 24, 2025, to August 5, 2025, and including an attached Justification and Approval (J&A) for Interior Finishes. It provides responses to Pre-Proposal Inquiries (PPIs), addressing various technical requirements and clarifications related to project specifications. Key responses include compliance with physical security wiring, licensing issues for new software, foundation options, and integration requirements for existing control systems. The amendment emphasizes the importance of adhering to existing documentation and definitions, as well as compliance with the Buy American Act for the overall project. Additionally, final decisions on contractor questions are included, reflecting time constraints on site visits and inquiries. The document serves to ensure all potential bidders are well-informed about the updated requirements and changes before the revised submission deadline, enhancing project transparency and fostering competitive bidding.
    The government document outlines Amendment 0005 to Solicitation N4008525R2512 related to the Maritime Surveillance System Facility at Naval Air Station Oceana, Virginia Beach, Virginia. The primary purpose of this amendment is to extend the proposal due date from August 5, 2025, to August 19, 2025, while noting that the date for submitting inquiries remains unchanged. The amendment requires contractors to acknowledge receipt of this modification either by completing specified items or through a separate communication mentioning the solicitation and amendment numbers. Additionally, the amendment clarifies that contractors are not required to sign and return copies of the document. Key details include the contract point of contact and administrative codes, underscoring procedural compliance for proposal submissions and communication. The document's structure follows standard government forms for clarity and organization, emphasizing adherence to procurement regulations.
    The document outlines a detailed list of materials and specifications required for an acoustical improvement project, likely associated with a government construction or renovation initiative. It includes various items such as acoustical ceiling tiles, wall panels, corner guards, ceramic tiles, entrance mats, grout, metal trim, operable partitions, plastic laminates, paints, resilient flooring, and wall protection systems. Each entry provides specifics like manufacturer, style, color, dimensions, and any included costs for additional items. The file serves primarily as a reference for contractors responding to requests for proposals (RFPs) or applying for federal and state grants, ensuring they meet the necessary material standards and product types. The meticulous listing reflects adherence to a rigorous procurement process, emphasizing the need for quality and uniformity in materials, which is crucial for maintaining structural integrity and aesthetic coherence in government-funded projects. The systematic breakdown into codes and categories enhances clarity for stakeholders involved in bidding or project execution.
    The document serves as a Notice of Intent regarding the solicitation for the P-1069 Maritime Surveillance System Facility at Naval Air Station Oceana/Dam Neck, Virginia. It notifies stakeholders of the plan to use brand name or equal items, as permitted under the National Defense Authorization Act and applicable Defense Acquisition Regulations. The justification and approval for this approach are being prepared, allowing for the inclusion of approximately 36 specified items across different design disciplines. While brand name products will be referenced, alternative manufacturers may also contribute, provided their offerings meet or exceed established quality and performance standards. An attachment includes a complete list of the items and manufacturers involved. Inquiries should be directed to the contract specialist by the specified deadline. Importantly, the document clarifies that this notice is not a request for proposals.
    The Naval Facilities Engineering Command is soliciting proposals for an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on constructing a Maritime Surveillance System Facility at Naval Air Station Oceana, Virginia Beach, Virginia. The project involves a Design-Bid-Build construction approach, incorporating a steel frame structure, concrete piles, and various training and operational spaces, including secure facilities. The estimated project cost ranges from $25 million to $100 million, with an expected completion timeline of 1180 days from the contract award. Contractors must comply with all previous MACC terms, and evaluation will emphasize both pricing and non-price factors, such as management approach and past performance. Bid proposals are due by July 11, 2025, and submissions must be electronic via the Procurement Integrated Enterprise Environment (PIEE). Mid-Atlantic MACC holders are encouraged to participate, and relevant inquiries should be directed to the designated contact within the NAVFAC. The solicitation illustrates the government's methodical approach to project management, including a rigorous evaluation process to ensure proposals meet requirements and offer best value. Overall, this project demonstrates the Navy's commitment to enhancing operational capabilities through modern facilities while adhering to established guidelines and timelines.
    The Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic issued a Request for Information (RFI) regarding the potential use of Project Labor Agreements (PLAs) for the construction of the Maritime Surveillance System Facility (Project P-1069) at Naval Air Station Oceana/Dam Neck, Virginia. This construction project, anticipated to cost between $100 million and $250 million, will involve the construction and renovation of facilities, including sensitive compartments for classified operations and various operational support areas. The proposed procurement method is Design-Bid-Build, with a projected performance duration of approximately 569 days. The RFI cites the requirement under Executive Order 14063, which mandates the use of PLAs in federal construction projects exceeding $35 million to enhance efficiency. Stakeholders are invited to provide feedback using an attached questionnaire, though this does not constitute a formal solicitation or contract obligation. All submitted information will remain confidential. The deadline for responses is set for 2:00 P.M. local time on November 22, 2024, directed to Leslie McGehee via email.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic, issued a sources sought notice for the construction of the Maritime Surveillance System Facility (P-1069) at Naval Air Station Oceana/Dam Neck, VA. This notice serves to gauge market interest and does not constitute a request for proposals. Eligible small businesses, including service-disabled veteran-owned and women-owned entities, are encouraged to respond as the government may consider a set-aside for these firms. The project includes constructing a facility with a structural steel frame, extensive supporting spaces, and renovation of Building 470, with a construction cost between $100 million and $250 million anticipated by July 2025. Firms must demonstrate relevant experience through submitted project examples, particularly with two-story steel-framed buildings and significant renovations. Responses are due by November 22, 2024, and must include specific documentation to be considered, following stringent guidelines on project relevance and complexity. All submissions will remain confidential and are essential for the government’s acquisition strategy. This request aims to shape procurement approaches consistent with the capabilities and experiences of the industry.
    The document outlines a schematic phasing site plan for a project involving the Department of the Navy and Naval Facilities Engineering Systems Command. The project is divided into two main phases, with a focus on site preparation, construction of new facilities, and upgrades to existing infrastructure. Phase 1 involves constructing a southern parking area and establishing laydown areas. Phase 2 includes modifying security fencing, demolishing existing parking lots, relocating sanitary, communications, and electrical utilities, installing new fuel tanks, and constructing a new building addition and renovating an existing building. The plan emphasizes coordination with the contracting officer, ensuring continuous parking availability, and maintaining security and utility services throughout the project.
    The document outlines Work Order No. 1737142 for the FY24 MCON Project P1069, a Maritime Surveillance System Facility located at Dam Neck, Virginia Beach, VA. Prepared by Clark Nexsen, Inc., this pre-final 100% submittal is part of a NAVFAC contract. The project involves a significant two-story building addition at the West end of existing Building 470, along with select interior renovations and associated utility and site modifications. The addition will provide expanded data processing, mission operational, training, administrative, and IT logistics support spaces, including open secret storage, controlled areas, and server rooms. Renovations encompass approximately 4,300 SF on the first floor of Building 470, including HVAC system upgrades and relocation of UPS equipment. The project also mandates the replacement of fire protection systems in Buildings 470 and 469. The document includes a comprehensive table of contents detailing various construction divisions, from procurement and general requirements to specialized systems like fire suppression, plumbing, HVAC, electrical, communications, and electronic safety and security, ensuring compliance with governmental safety and sustainability requirements. The project aims to improve parking for approximately 368 personnel at the TUSC LANT complex.
    The document, an RFP for the FY24 MCON Project P1069 at Dam Neck, Virginia Beach, VA, outlines comprehensive specifications for various construction divisions, focusing on the supply and installation of steel and aluminum doors and frames. Key aspects include performance requirements for blast resistance, windborne debris, air infiltration, and thermal transmittance, along with detailed material and fabrication standards. The project emphasizes sustainability through recycled content requirements and mandates strict quality control, including third-party testing for acoustical door assemblies. Submittals for government approval cover shop drawings, product data, design analysis, and test reports. Overall, the RFP details the technical and administrative requirements for the procurement and installation of doors and frames within a federal government construction project, prioritizing safety, performance, and environmental considerations.
    This government file, part of federal RFPs for the NAVFAC CONTRACT NO. N40085-19-D-9041, outlines the "FY 24 MCON Project P1069 Maritime Surveillance System Facility" in Dam Neck, Virginia Beach, VA. It details comprehensive requirements for power system studies and electrical apparatus inspection and testing, specifically focusing on pad-mounted transformers. The project emphasizes safety, quality assurance, and compliance with IEEE and NFPA standards. Key aspects include performing load flow, fault current, and arc flash hazard studies for the existing 4.16kV power system, integrating a new 2000kW medium voltage generator, and replacing a load bank. The document specifies qualifications for System Analyzers and Verifiers, detailed submittal procedures for reports and certifications, and requirements for arc flash warning labels. It also outlines acceptance tests for various electrical components, ensuring system reliability and safety. The project's scope extends from procurement to construction, including various divisions such as concrete, masonry, metals, thermal and moisture protection, and specialized systems like RF shielding and fire suppression.
    The document is a Pre-Proposal Inquiry Submission Form for Solicitation N4008525R2512, specifically for the P-1069 Maritime Surveillance System Facility project. This form is designed for prospective bidders to submit questions related to the solicitation. It includes fields for the date submitted, reference number, question, and the specific page, section, and paragraph where the question originates within the solicitation document. The form provides a structured format for inquiries, ensuring clarity and organization in the pre-proposal phase of this federal government RFP.
    The provided government file, likely an RFP or grant document, indicates an issue with displaying its content. The message suggests that the PDF viewer may not be able to display the document's specific type and recommends upgrading to the latest version of Adobe Reader. It also provides links for downloading the software and seeking further assistance. This implies that the file's primary purpose at this stage is to inform the user about a technical viewing problem rather than presenting direct governmental content like RFPs or grant details.
    The document appears to be a form or template for collecting information related to an event, project, or activity, likely within a government or military context. It lists various fields that are required, including start and end dates, participant's name (last, first, middle), facility, hours and days of the week, company sponsor, sponsor command, sponsor phone number, and sponsor email. A specific entry is provided for "NASO/DNA" with Phyllis J. Carter, Theater Undersea Surveillance Command Atlantic, and her contact details. The form also includes a "FLIGHT LINE (Yes/No)" field and a section for "PSC USE ONLY Results." This structure suggests it is used for tracking and documenting sponsored activities or personnel within a command, potentially for access, resource allocation, or accountability purposes, aligning with administrative requirements often found in federal government operations.
    The document provides detailed directions to Building 470 at Naval Air Station Oceana and Dam Neck Annex in Virginia Beach, Virginia. It outlines the route from the main gate, through a roundabout, and onto specific streets, concluding with the building's location on Bullpup Street. Additionally, it provides a screenshot of Building B-470, instructing visitors to park in a designated lot across from the building and to meet at the front entrance. This information is crucial for visitors or contractors needing to locate the facility, likely in the context of a federal government RFP, grant, or state/local RFP that requires on-site visits or deliveries.
    The document is a Request for Information (RFI) concerning a Project Labor Agreement (PLA) for a construction project at the Maritime Surveillance System Facility located at Naval Air Station Oceana/Dam Neck, VA. It seeks feedback from potential contractors, unions, or small businesses regarding several key aspects of the project. Respondents are instructed to address their affiliation, the specialization of construction work, labor availability, interest in participating under a PLA, previous use of PLAs in similar projects, wage comparisons, and potential cost implications associated with PLAs. The inquiries aim to gauge the local labor market, assess contractor willingness, and understand how PLAs might affect project costs and labor dynamics. This RFI serves as a preliminary step to assess stakeholders' perspectives before moving forward with the procurement process.
    The document outlines a phased construction plan for a project involving the Naval Facilities Engineering Systems Command. The primary focus is on the construction and modification of facilities, specifically the addition to Building 470, which includes essential infrastructure changes such as sanitary, communication, and electrical systems. The plan is divided into two main phases: Phase 1 emphasizes the construction of a southern parking area and relocation of laydown areas, ensuring that the areas remain functional for building users. It also requires the demolition of existing structures to facilitate new security fencing and service installations. Phase 2 expands on further construction activities, including building renovations, utility tie-ins, and comprehensive security fencing. It stresses the importance of completing utilities and ensuring proper demolition before transitioning to new installations. Additionally, the document includes a schematic of the site plan, indicating a 50-foot wetland buffer and key locations for utilities and facilities. The structured approach aims to maintain site functionality while upgrading and securing the infrastructure, which must adhere to applicable safety and operational standards pertinent to federal guidelines.
    The document outlines the project specifications for the Maritime Surveillance System Facility (FY 24 MCON Project P1069) at Oceana Naval Air Station - Dam Neck Annex in Virginia Beach, VA. It includes the construction of a significant 2-story addition to Building 470, which will enhance data processing and operational spaces, provide upgraded training facilities, and improve parking for approximately 368 personnel. The project encompasses both new construction and interior renovations, including secure storage areas, support spaces, and upgrades to HVAC systems and fire protection measures. Key components of the project consist of expanding operational support areas, integrating IT logistics, and enhancing facility security. The context of government RFPs and grants comes into play as the document adheres to strict guidelines for procurement and contracting, ensuring quality control and compliance with safety regulations during construction. The work will be supervised by various engineering professionals and requires comprehensive planning and coordination amidst occupied premises, highlighting the project's complexity in accommodating both construction activities and ongoing operations within the facility.
    The document outlines the specifications for the Maritime Surveillance System Facility, a FY 24 Military Construction (MCON) project (P1069) located at Dam Neck, Virginia Beach, VA. It serves as a detailed guide for contractors involved in the project and includes procurement and contracting requirements, project scope, and technical specifications for various building materials and systems. Key components include general requirements, structural details, and specific standards for construction, such as the use of steel and aluminum doors and frames, and compliance with fire safety and antiterrorism standards. The table of contents details multiple divisions covering all construction aspects, from site preparation and utility installations to finishes and furnishings. Additionally, it emphasizes the importance of safety compliance, quality control, and installation procedures to ensure the facility meets operational requirements while adhering to federal standards. The structured document serves as a comprehensive resource, facilitating clear communication and execution by contractors during the construction phase, demonstrating the government’s commitment to enhanced maritime surveillance capabilities.
    This document outlines the specifications for the Maritime Surveillance System Facility at Dam Neck, Virginia Beach, as part of the FY 24 MCON Project P1069, under NAVFAC contract N40085-19-D-9041. It includes detailed sections on procurement requirements, project execution guidelines, and specific technical standards related to electrical and mechanical systems, geotechnical considerations, and construction processes. Key components encompass administrative requirements, including submittal procedures, quality control, safety measures, and project identification. The design emphasizes compliance with safety standards, environmental controls, and government regulations, ensuring effective operation and maintenance of systems. Additionally, extensive lists of electronic and electrical systems specification explain necessary installations, testing requirements, and acceptance procedures for various equipment such as transformers, switchgear, and HVAC systems. This documentation serves to guide contractors in meeting federal specifications and enhance operational safety and efficiency at military facilities, ultimately supporting the U.S. Navy's maritime surveillance capabilities.
    The document pertains to the Pre-Proposal Inquiry Submission Form for the federal solicitation N4008525R2512 related to the Maritime Surveillance System Facility. It serves as a template for interested parties to submit inquiries prior to the proposal submission deadline. Key elements include spaces for respondent information, date, and reference details, indicating the structure is designed for quoting specific questions on page, section, and paragraph of the RFP. Although it does not contain detailed content or inquiries itself, this form is essential in facilitating clear communication between potential bidders and the government regarding the requirements and expectations for proposals. This process is part of the broader context of federal Requests for Proposals (RFPs), intended to ensure transparency and clarity in the procurement of services or facilities that support national maritime security efforts.
    The document in question appears to contain a technical error and does not provide substantive content regarding federal or state RFPs or grants. Without access to the main text, it is impossible to extract relevant details or ascertain specific topics related to government solicitations or funding opportunities. Proper analysis would require a functioning version of the document to summarize key points and ideas related to the intended purpose of the file. Therefore, no summary can be generated at this time due to the absence of information within the file.
    The document appears to be an information collection form related to the Theater Undersea Surveillance Command Atlantic, specifically for project management involving personnel details and facility usage. The form includes fields for essential information such as the individual's name, contact details, facility type, and working hours. Phyllis J. Carter is identified as the primary contact, with her phone number and email provided for reference. Additionally, there is a section concerning the flight line, which likely pertains to operational specifics or requirements related to aviation assets and logistics. This document's structured format suggests it is aimed at consolidating key data for administrative or operational purposes, relevant in the context of federal RFPs or grant applications concerning military or defense operations, ensuring effective communication and coordination among involved parties.
    The document provides directions for reaching Building B-470 at Naval Air Station Oceana and Dam Neck Annex in Virginia Beach, Virginia. Upon entering the facility, individuals are instructed to navigate through a roundabout, turn right onto Dam Neck Road, and then make consecutive right turns onto Regulus Avenue and Bullpup Street, where Building 470 is located on the right. There is a specific parking area indicated by a blue circle labeled 'P' across from the building, and guests should gather at the front entrance marked by a red dot. This structured guidance aims to facilitate easy access to the site for attendees, likely in relation to federal requests for proposals (RFPs) or government grants, ensuring clarity and organization for visitors navigating military installations.
    The document outlines a Contractor Information Form required for federal Requests for Proposals (RFPs) and grants. Key sections include contractor details, type of business certifications (e.g., SBA 8(a), HUBZone, Service-Disabled Veteran-Owned), and bonding capacity information, necessitating the submission of the contractor's DUNS and CAGE codes, firm name, address, and point of contact (POC) information. Contractors must indicate their business type from a specified list and provide bonding details, including surety name and financial capacities for individual and aggregate projects. The form concludes with a space for additional clarifications. This structured document seeks to streamline the evaluation of potential contractors, enhancing compliance and facilitating the procurement process within governmental projects, ensuring a diverse representation of eligible small businesses in federal contracting opportunities.
    The "Sources Sought – Project Information Form" serves as a submission tool for contractors to present their relevant project experience in response to government solicitations, such as requests for proposals (RFPs) and grants. Each contractor must complete a form for up to five projects, limiting their descriptions to two pages per project. Key information required includes contractor details, project specifics (like type of work, award date, and contract price), and roles in the project (prime or subcontractor). Contractors must detail the nature of the project, their self-performance percentage, and the type of contract involved (e.g., Design-Build). The detailed description is meant to showcase the contractor’s qualifications and experiences that align with the government’s needs. The structure is straightforward, emphasizing essential project information that aids in evaluating contractors for potential federal, state, or local opportunities. This form ultimately aims to facilitate efficient decision-making processes by government agencies regarding contractor selection and project awards.
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is preparing to solicit proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity Norfolk, Virginia. This project aims to construct a permanent modular facility that will provide essential administration and operational spaces for NATO JFCNF, including site preparations, utility tie-ins, and various construction services. The contract, valued between $100 million and $250 million, is expected to be awarded by April 2026, with a completion timeline of 730 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.bricker@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 (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.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Buyer not available
    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.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Buyer not available
    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, VA. 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 Amendment 0001 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.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    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
    Buyer not available
    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.