P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
ID: N4008524R2862Type: Solicitation
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 Systems Command Mid-Atlantic, is soliciting proposals for the design-build of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project entails the construction of a two-story, 60,000 square foot facility, along with the demolition of two existing buildings, and includes essential planning for utilities, landscaping, and secure space requirements for Navy operations. The estimated project cost ranges from $25 million to $100 million, with a completion timeline of 1,048 calendar days from the award date. Interested contractors must submit their proposals electronically by October 29, 2024, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil for further inquiries.

    Files
    Title
    Posted
    The document is an amendment to Solicitation N40085-24-R-2862, concerning operations support facility needs at JEB Little Creek-Fort Story in Virginia Beach, Virginia. Issued by NAVFACSYSCOM Mid-Atlantic, the amendment specifies that the solicitation's deadline remains unchanged. Key updates include details for an upcoming site visit scheduled for October 2, 2024, necessitating attendees to complete specific forms for base access. The amendment outlines the protocols for submitting the SECNAV Form 5512 and One Day Pass Form to ensure ail individuals gain necessary clearance prior to the visit. It also emphasizes compliance with ID requirements and restrictions against recording devices during the visit. Site visit contacts are provided for further inquiries. The amendment reiterates that, aside from these changes, all original terms and conditions remain enforceable, maintaining clarity and procedural adherence in the federal contracting process.
    The government solicitation N4008524R2862 seeks proposals for the Design-Build (DB) P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia Beach, VA. The project involves constructing a two-story, 60,000 square foot facility, along with demolishing two existing buildings. Key components include planning for utilities, landscaping, and meeting Navy secure space requirements. The estimated project cost ranges from $25 million to $100 million, with a completion timeline of 1,048 calendar days from the date of award. Proposals must adhere to specific submission requirements, including a price proposal and a non-price factors proposal, evaluated based on technical solutions and past performance. The submission involves electronic formats via the Procurement Integrated Enterprise Environment (PIEE) and requires participation in a Project Labor Agreement due to the large-scale nature of the construction. Liquidated damages apply for delays, with penalties set at $4,457 per day after the completion deadline. Amendments and updates will be posted to relevant government websites, and a site visit will be scheduled. The proposal due date is set for October 29, 2024, emphasizing the importance of timely submissions and compliance with wage determinations outlined by the Department of Labor.
    The document pertains to a design-build Request for Proposals (RFP) from the Department of the Navy, specifically for the Naval Facilities Engineering Systems Command in Mid-Atlantic. It outlines the project for the P909 - SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Norfolk, Virginia. The file includes a site plan dated June 3, 2022, detailing various storage units and laydown areas, including multiple sizes of MILVAN containers. The relevance of this document lies in its role in soliciting construction proposals to support naval operations through the establishment of a dedicated facility. The site plan provides a clear layout needed for prospective bidders to understand the scope and requirements of the project, highlighting the administrative and logistical considerations involved in the construction process. Overall, the document serves as a foundational guideline for engaging contractors to fulfill the operational needs of the Naval Station in Norfolk.
    The document outlines the Request for Proposal (RFP) for the P-909 SDVT-2 Operations Support Facility project at JEB Little Creek-Fort Story, Norfolk, Virginia. It is managed by NAVFAC MIDLANT and includes comprehensive construction contract specifications, detailing administrative procedures, project requirements, and technical specifics for a successful bid and construction process. Key sections cover work restrictions, pricing and payment methods, project description, performance specifications, and sustainability requirements. The RFP emphasizes the importance of contractor qualifications, safety compliance, and the necessity of regular communication between contractors and government entities. It mandates a structured approach to project management, including preconstruction meetings, progress assessments, and the use of a Concept Design Workshop (CDW) to refine project goals and overall design. The document provides detailed guidelines on submittals, including critical timeframes and required documentation to be produced throughout the project. Overall, the RFP serves as a comprehensive guide to ensure that all aspects of the construction project are effectively managed, maintained within budget, and completed on schedule, while also meeting safety and environmental standards.
    The document outlines the design-build Request for Proposals (RFP) for the P909 - SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Norfolk, Virginia, by the Department of the Navy's Naval Facilities Engineering Systems Command Mid-Atlantic. It includes a bubble diagram representing the spatial organization of various functional areas, such as administrative (N1), secured annex (N2), communications (N6), and support spaces, including dive maintenance and locker facilities. The flow and navigability within the building are illustrated through color-coded legends, emphasizing circulation and secured corridors. This RFP aims to support specific operational needs for Navy dive groups, highlighting essential spaces for training, equipment storage, and general support. The design will prioritize functionality and safety, ensuring compliance with military standards and guidelines. Overall, the document serves as a foundational tool for prospective contractors, laying the groundwork for developing a facility that meets the strategic requirements of the Navy's operations while promoting efficiency and security within the complex layout. Its focus aligns with the government's commitment to providing robust infrastructure for military operations.
    The document pertains to a Request for Proposal (RFP) for a design-build project at the JEB Little Creek-Fort Story in Virginia Beach, Virginia. Titled "P909 SOF SDVT2 Operations Support Facility," the RFP outlines the government's needs for the construction of an operations support facility for special operations forces. It serves as a formal inquiry submission form for prospective bidders, indicating the project's significance to military operations in the area. Key elements of the document include the requirement for meticulous design and construction work aligned with federal standards. The RFP emphasizes adherence to safety, quality, and efficiency standards throughout the project lifecycle. Prospective contractors are instructed to submit inquiries for clarifications, showcasing the government's commitment to transparency and collaboration with bidders. The structure of this document allows for organized submissions and responses in support of the bid evaluation process. Overall, this RFP exemplifies the government's efforts to advance military capabilities through strategic infrastructure investment while ensuring compliance with regulations and standards.
    The Department of the Navy's Naval Facilities Engineering Systems Command, Mid-Atlantic, has authorized the use of Automated Logic Corporation's (ALC) WebCTRL brand for Facility Related Control Systems (FRCS) at JEB Little Creek - Ft Story. This Class Justification and Approval (CJ&A) permits non-competitive procurement of specific programmable building controllers essential for integration with the existing Energy Management and Control System (EMCS). This authorization, effective from November 2021 to October 2024, aims to uphold standardization and cybersecurity across control systems, minimizing costs associated with potential duplications and operational risks. A thorough business case analysis underscored the need for interoperability and confirmed that alternative products would likely incur substantial costs with no guarantee of recovery through competition. The document also indicates efforts to solicit competitive bids, which yielded limited responses indicating a lack of equivalent alternatives. Projects using the ALC WebCTRL system are planned through 2024, ensuring compliance with comprehensive cybersecurity measures mandated by the Department of Defense. The contracting authority has determined that proceeding with this CJ&A aligns with legal requirements and sound fiscal management, while future competition will be monitored as market conditions evolve.
    The SECNAV 5512/1 form is a registration tool for issuing Local Population ID cards and Base Access Passes within the Department of the Navy. It complies with federal regulations regarding identity verification and access control for DoD installations. The form outlines essential authorities, including various DoD directives and privacy laws, emphasizing the purpose of controlling physical access to secure areas. Key information required includes personal identification details, employment information, and identity proofing documents. The form mandates a National Crime Information Center (NCIC) check to vet applicants and confirms their eligibility. Applicants must provide accurate information to avoid penalties, and are informed about the need to return their ID cards upon expiration or employment termination. Instructions for filling out the form are clearly provided, guiding applicants through required blocks of information. Finally, the form specifies permissible identity documents, stressing that any discrepancies may lead to access denial. The overarching aim of this process is to ensure security within DoN facilities while maintaining the integrity of personal data under privacy regulations.
    The document outlines personnel information and regulatory checks related to a government contract, specifically within the context of RFPs and federal grants. It includes key details such as start and end dates, social security numbers, names, dates of birth, installation location, company sponsors, and sponsor contacts associated with NAVFAC at JEB Little Creek - Fort Story. Additionally, it indicates the status of background checks, including FBI and international requirements. The primary focus is on the verification processes required for personnel engaging in federal contracts, ensuring compliance with security standards and personnel eligibility. This highlights the significance of conducting thorough vetting for individuals involved in government projects, emphasizing the need for adherence to regulatory requirements and maintaining a secure environment during contract execution.
    Lifecycle
    Similar Opportunities
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    Y--P791Small Arms Testing and Evaluation Center (SATEC) Range Expansion, JEB Little Creek Fort Story Virginia Beach, Virginia
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the expansion of the Small Arms Testing and Evaluation Center (SATEC) Range at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves the construction of seven new training buildings made of reinforced concrete, capable of withstanding ballistic impacts and repetitive breaching. The buildings will support lighting, video monitoring, sound, and other equipment. Additionally, a new Range Control Building will be constructed for control, safety, and monitoring activities. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of the contract is August 2018, with a completion time of 605 calendar days after award.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    Field Office/Work Space, Great Bridge Reservation Chesapeake, Virginia
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of a Field Office/Work Space at the Great Bridge Reservation in Chesapeake, Virginia. This project involves building a new 40'x 80' structure with office space, a workshop, storage, and a unisex bathroom. The building will have electricity, communications, water, and sewer services. The project also includes the installation of sidewalks, grass, and parking spaces. The estimated construction cost is between $1,000,000 and $5,000,000 million. The solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in the 1st Quarter of Fiscal Year 2025.
    N33191-24-R-0031 Design-Build (D-B) Construct Maintenance Facility and Technical Training Center in Djibouti
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build contract to construct a Maintenance Facility and Technical Training Center in Djibouti. The project aims to enhance military readiness and operational capabilities by providing a facility that supports training for medical equipment maintenance, with a focus on compliance with both American and Djiboutian regulations. The estimated project cost ranges from $100,000 to $250,000, and proposals must be submitted electronically by October 1, 2024. Interested contractors should contact Anna Gulewich at anna.l.gulewich.civ@us.navy.mil or Daniel Magrino at daniel.k.magrino.civ@us.navy.mil for further details.
    Fuel Systems Maintenance Dock (FSMD) Joint Base Langley Eustis, Hampton, Virginia
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a new Fuel Systems Maintenance Dock (FSMD) at Joint Base Langley Eustis in Hampton, Virginia. This project involves the development of a 26,749 square foot hangar designed to accommodate two F-22A aircraft, ensuring safe and efficient concurrent maintenance activities while providing necessary support spaces such as administration, storage, and utilities. The facility is crucial for maintaining operational readiness of the F-22A aircraft and will feature modern design elements, including natural lighting and acoustical treatments to mitigate noise from the nearby flight line. Interested contractors can reach out to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil or Katelyn Vance at katelyn.vance@usace.army.mil for further details, with the solicitation amendment posted on July 1, 2024.
    Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).
    Design-Bid-Build (BBD), Firm-Fixed-Price (FFP), Construction Contract for P021 Lighterage and Small Craft Facility at Marine Corp Support Facility (MCSF) Blount Island Command (BIC), Jacksonville, Florida.
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for a Design-Bid-Build (BBD), Firm-Fixed-Price (FFP) construction contract for the P021 Lighterage and Small Craft Facility at the Marine Corp Support Facility (MCSF) Blount Island Command (BIC) in Jacksonville, Florida. This procurement aims to establish a facility that will support lighterage and small craft operations, which are critical for enhancing operational capabilities and logistics for the Marine Corps. Interested contractors should note that the solicitation number is N69450-24-R-0003, and they can direct inquiries to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or to Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC office, for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC). The contract is primarily for construction projects in support of Air Station Oceana, Joint Expeditionary Base Little Creek-Ft. Story, and Naval Air Station Yorktown in the Hampton Roads area, Virginia. The projects will include general building type projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000. The NAICS Code is 236220. The Request for Proposal (RFP) will be issued in November 2017.