PI2045M Parris Island 3rd Battalion Pond Causeway Repair
ID: N4008525R2513Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)
Timeline
  1. 1
    Posted Feb 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. The project involves a Fixed Price Construction Contract for design-bid-build services, focusing on roadway rehabilitation and the construction of new channels to replace existing culverts, ensuring a sustainable pavement lifespan of 25 years with resurfacing every ten years. This initiative is crucial for maintaining infrastructure integrity and operational readiness at the facility while adhering to environmental regulations. Interested contractors should submit their proposals by April 23, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil, with an estimated construction cost between $10 million and $25 million.

Files
Title
Posted
Apr 21, 2025, 5:05 PM UTC
The South Carolina Department of Environmental Services has issued an approved stormwater permitting document for a construction project, designated as SCR10ZG32. The permit is specifically for construction activities and is signed by George Cox on September 24, 2024. It signifies that the necessary environmental assessments have been completed, and the permit allows the project to proceed while ensuring compliance with local and federal stormwater management regulations. This document reflects a crucial step in the permitting process, ensuring that construction activities adhere to environmental standards and protect water quality, demonstrating the government's role in regulating development projects to mitigate environmental impacts.
Apr 21, 2025, 5:05 PM UTC
The Construction Work Plan (CWP) for the 3rd Battalion Pond Causeway Repair project at Marine Corps Recruit Depot Parris Island aims to address structural issues and environmental concerns at a Superfund site. The plan outlines the steps for repairing culverts and the roadway, emphasizing adherence to safety and regulatory standards established by the EPA and SCDHEC. Key aspects include the installation of erosion controls, soil stabilization, the removal of existing culverts, and the introduction of new open-channel designs to prevent future erosion and address seepage issues. The project also involves relocating utilities during construction and maintaining a two-foot cover over the landfill materials. Personnel details and management structures, including roles for project oversight, safety, and quality control, are specified. Permits are to be obtained for various construction activities aligned with environmental regulations. The CWP serves as a critical document to ensure the protection of human health and the environment while restoring the causeway to its functional state, furthering the Navy's commitment to responsible environmental stewardship and infrastructure improvement.
Apr 21, 2025, 5:05 PM UTC
The geophysical investigation conducted by Pyramid Geophysical Services at the 3rd Battalion Causeway, Marine Corps Recruitment Depot, Parris Island, South Carolina, aimed to assess the site for subsurface hazards and conditions, particularly due to historical landfill operations (1960-1972) that had caused slope failures and sinkholes. The study utilized various geophysical methods, including electromagnetic (EM) ground conductivity, metal detection (EM61), ground penetrating radar (GPR), and electrical resistivity tomography (ERT), over 15 acres of the causeway. Key findings indicated significant voids and soil instability, especially near the north and south culverts. Anomalies were identified showing potential collapsing soils and water flow issues, posing risks for infrastructure integrity. The EM surveys delineated areas of probable landfill materials and metal debris, while GPR corroborated these results without finding substantial structural shapes. The report concluded with recommendations for further borings to verify geophysical interpretations and suggested that existing conditions do not indicate major organic material deposits that could impact structural stability. This comprehensive report guides necessary remediation and repair strategies to stabilize the causeway and ensure safety.
Apr 21, 2025, 5:05 PM UTC
The document details the completion report for the sinkhole repairs at the 3rd Battalion Pond Causeway, Marine Corps Recruit Depot (MCRD) Parris Island, SC, coordinated by Tetra Tech EC, Inc. The repairs were necessitated by newly discovered sinkholes that prompted the closure of a critical access road. Following a geophysical survey identifying issues, Tetra Tech undertook various field activities from March 2019, including mobilization, injection of structural polyurethane foam for stabilization, site preparation, waste management, and restoration. Health and safety protocols were strictly adhered to, ensuring a safe work environment with no incidents reported during the project. The project highlighted the use of advanced materials for soil stabilization and precise injection techniques to address subsurface voids effectively. The summary includes comprehensive details about the injection process, including material quantities and the configuration of injection grids. The completion report serves as documentation of field activities and underscores the importance of environmental safety and precise engineering in addressing infrastructural issues at a federal facility. This initiative aligns with government objectives of maintaining operational readiness and safety at military installations.
Apr 21, 2025, 5:05 PM UTC
The document pertains to the repair project of the 3rd Battalion Pond Causeway at MCRD Parris Island, SC, with a final design submittal scheduled for July 2024. It references the Interim Remedial Action Work Plan and Corrective Action Report concerning Solid Waste Management Unit 3 (SWMU 3) at the causeway landfill, originally dated August 1, 2000, and June 1, 2002, respectively. The inclusion of these reports suggests a comprehensive framework for addressing potential environmental impacts and remediation measures related to solid waste management in the area. The ongoing efforts highlight the government's commitment to maintaining infrastructure while prioritizing environmental safety and compliance with federal standards. Overall, this project represents a crucial step in mitigating risks associated with historical waste management practices while enhancing the operational readiness of the facility.
Apr 21, 2025, 5:05 PM UTC
The document outlines the final design submittal for the repair of the 3rd Battalion Pond Causeway at Marine Corps Recruit Depot (MCRD) Parris Island, SC, under the Naval Facilities Engineering Command. The project entails replacing existing culvert systems with concrete bridges and repairing the causeway using full-depth reclamation and cement stabilization methods. The report emphasizes adherence to environmental regulations due to the area’s historical significance under resources like RCRA and CERCLA, ensuring ground disturbances are managed safely in compliance with EPA and state guidelines. The document is structured into sections detailing general requirements, work restrictions, price and payment procedures, and various project divisions such as existing conditions and concrete work. It includes specifications for contractor responsibilities, safety requirements, project scheduling, and submission processes for approvals. The emphasis on quality control and compliance underscores the government's commitment to managing infrastructure projects within regulated environments, highlighting the importance of rigorous oversight in federal contracting processes aimed at ensuring successful project execution.
Apr 21, 2025, 5:05 PM UTC
The document pertains to the Pre-Proposal Inquiry Submission Form for RFP N4008524R2531 concerning the P226 Maintenance Facility and MAG HQ located at Marine Corps Air Station Cherry Point, North Carolina. It serves as a framework for potential bidders to ask questions and seek clarifications about the proposal requirements. The form outlines sections where applicants can specify their inquiries along with the relevant references to the proposal details, encouraging meaningful engagement and ensuring that all elements of the RFP are comprehensively understood. The inquiry process is critical for promoting transparency and fairness in the bidding process for federal projects, allowing contractors to address uncertainties prior to submitting formal proposals. Thus, the document plays a significant role in facilitating effective communication between the contracting agency and prospective offerors, ultimately supporting the successful execution of the infrastructure project at MCAS Cherry Point.
Apr 21, 2025, 5:05 PM UTC
The Vendor Registration Guide for the Procurement Integrated Enterprise Environment (PIEE) focuses on assisting vendors in registering for the PIEE Solicitation Module used by the Department of Defense (DoD). It outlines two key vendor roles: Proposal Manager and Proposal View Only, with specific functions related to the submission and viewing of offers. The guide provides detailed, step-by-step instructions for new users to set up an account and for existing users to add additional roles. Assistance options include account support from an Account Administrator, as well as technical support through designated contact channels. Additionally, the document features a Roles and Actions/Functions Matrix, clarifying the capabilities associated with each vendor role, emphasizing the structured process of engaging with government solicitations effectively. This comprehensive guide aims to streamline vendor participation in the DoD procurement process, promoting a secure and automated environment for contract opportunities.
Apr 21, 2025, 5:05 PM UTC
The document details the PRICE SCHEDULE for a construction project aimed at repairing the 3rd Battalion Pond Causeway at MCRD Parris Island, SC. It outlines various line items where bidders must provide unit and total prices for specific work components tied to the project, including base prices, sub-totals, and optional allowances for temporary relocation of utilities and handling hazardous materials. The bid requirements specify that pricing includes coordination, design, materials, and labor while adhering to environmental regulations regarding waste disposal. Each line item specifies quantities required, such as excavation and disposal of contaminated materials and monitoring of water quality. Notably, the document emphasizes that awarded contracts consider both base and option prices, with detailed criteria for bidding and potential adjustments based on actual quantities used. It requires bidders to submit accurate pricing; failure to do so may result in rejection. This structured approach aims to ensure transparency and accountability in the bidding process for federal contracting projects. Ultimately, it serves the purpose of facilitating a competitive, compliant, and effective procurement process in alignment with government contracting regulations.
Apr 21, 2025, 5:05 PM UTC
The document outlines a Price Schedule for a government Request for Proposal (RFP) related to the repair of the 3rd Battalion Pond Causeway at MCRD Parris Island, SC. It details line items including base pricing for work compliance with provided specifications and various optional tasks such as relocation of utilities, excavation, monitoring, and disposal of contaminated materials. Each line item specifies the quantity required, unit price, and total price to be filled by bidders. There are notes on evaluation criteria, requirements for bid accuracy, conditions for equitable adjustment based on quantity variations, and guidelines for handling hazardous materials. The RFP seeks comprehensive pricing bids from contractors for infrastructure work essential for the environment and local operations, ensuring adherence to regulatory and safety standards.
Apr 21, 2025, 5:05 PM UTC
The document outlines a Construction Experience Project Data Sheet intended for bidders on federal and state/local Requests for Proposals (RFPs). It serves as a form for contractors to document their construction experiences, which is crucial for assessing qualifications and capability for prospective projects. Key sections cover the contractor's firm name, contact details, project specifics, work performed (as prime contractor, subcontractor, or joint venture), type of construction (new, renovation, or repair), contract details, award dates, and completion dates. Additionally, it requires descriptions of project relevance, self-performed tasks, and any sustainable features or certifications. The overall purpose of the document emphasizes the importance of detailed and specific answers to establish credibility and experience in construction projects, aligning with RFP requirements to ensure qualified bidders can deliver the intended scope of work effectively. This structured approach aids evaluators in comparing bidders based on their previous work and expertise in similar projects.
Apr 21, 2025, 5:05 PM UTC
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) serves as a tool for evaluating contractor performance in federal contracts. Contractors must fill in essential information such as their firm name, contact details, project role, contract specifics, and project relevance. Clients are responsible for evaluating the contractor’s performance across various criteria, including quality of work, timeliness, customer satisfaction, management capabilities, cost management, safety compliance, and overall effectiveness. The evaluation utilizes a standardized rating system ranging from Exceptional (E) to Unsatisfactory (U) to reflect the contractor's performance. Specific sections require client assessment of the contractor's ability to meet requirements and manage resources, along with a summary of the contractor's strengths and any noted deficiencies. The completed questionnaire should be submitted back to the offeror, who then includes it as part of their proposal to NAVFAC. This process highlights the importance of past performance in the procurement process for government projects, ensuring accountability and efficiency in contracting.
Apr 21, 2025, 5:05 PM UTC
Attachment D outlines the requirements for documenting historical small business utilization as part of the evaluation process for federal RFPs. All offerors, regardless of size, must fill out the form to detail their small business subcontracting achievements across multiple projects submitted under corporate experience. The form captures project particulars, including project numbers, titles, business sizes, and subcontracting values across various categories (e.g., small disadvantaged, women-owned, veteran-owned businesses). Key sections include actual versus goal performance for small business utilization, with necessary explanations provided for unmet goals or instances of zero subcontracting achievements. Definitions for crucial terms, such as Total Project Dollar Value and Total Subcontracted Value, aid in ensuring clarity. The form emphasizes the importance of meeting goals for engagement of small business concerns in federal contract work, reflecting the government's commitment to fostering small business participation. Overall, this document aids in monitoring and evaluating contractors' adherence to small business utilization requirements within federal contracting practices.
The Small Business Participation Commitment Document (SBPCD) is a mandatory form required for all offerors responding to RFP N40085-24-R-2531. It evaluates the commitment of both large and small businesses to subcontract with small businesses (SB) and outlines the minimum participation requirement of at least 20%. The document instructs offerors to classify themselves based on the North American Industry Classification System (NAICS) and to identify their socioeconomic statuses, if applicable. Key sections of the SBPCD include an overview of financial allocations, such as the total contract value, the amount self-performed by the prime contractor, and the total subcontracting figure. A detailed participation table must also be filled out to document the dollar value and percentage for various categories of small businesses. If the 20% minimum is not met, offerors must provide an explanation. Additionally, the document requests information on firm commitments with subcontractors and outlines the nature of these commitments. For large businesses, explanations regarding the lack of subcontracting intentions are required. The SBPCD plays a crucial role in promoting small business utilization within federal procurement processes, ensuring that federal contracts support economic development among small enterprises.
Apr 21, 2025, 5:05 PM UTC
The Small Business Subcontracting Plan outlines requirements for large businesses submitting bids for federal contracts, supporting compliance with FAR 19.704 and FAR clause 52.219-9. The plan necessitates detailed goals for subcontracting, including total contract and subcontract values, and establishes specific targets for various small business categories such as Small Business, Women-Owned, and Service-Disabled Veteran-Owned businesses. It emphasizes the prime contractor's responsibility to create outreach strategies, ensure equitable opportunities for small businesses, and maintain accurate records of subcontracting activities. The plan stipulates the appointment of a dedicated individual to manage the program and mandates periodic reporting to demonstrate compliance and performance against established goals. Approval and acceptance of the plan involve reviews by Small Business Professionals and Contracting Officers, ensuring adherence to relevant federal regulations. Ultimately, this document aims to facilitate small business participation in government contracting, fostering economic growth and diversity within the industry.
Apr 21, 2025, 5:05 PM UTC
The solicitation N4008525R2513 seeks proposals for the design-bid-build project to repair the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, SC. The project entails roadway rehabilitation and the construction of new channels to replace existing culverts, emphasizing sustainability through a 25-year pavement lifespan while requiring resurfacing every ten years. The procurement process is classified as unrestricted for full and open competition, with an estimated construction cost between $10 million and $25 million. Proposals will be evaluated based on price and multiple non-cost factors, including corporate experience, management approach, safety records, past performance, and small business utilization. All submissions must adhere strictly to specified guidelines, including a detailed safety narrative and compliance with small business participation goals. A pre-proposal site visit is scheduled for March 4, 2025, with bid submissions due by April 14, 2025. The government retains the right to negotiate with offerors while aiming to select the proposal offering the best value. Overall, this RFP underscores the government's commitment to robust infrastructure while promoting safety and small business engagement.
Apr 21, 2025, 5:05 PM UTC
This document serves as an amendment to the solicitation for the project "Repair of 3rd Battalion Pond Causeway, MCRD, Parris Island, SC," indicating significant updates to the original Request for Proposal (RFP). The primary change is the adjustment of the solicitation response deadline from April 14, 2025, to March 31, 2025, at 2:00 PM. Additionally, the amendment removes specific provisions related to Project Labor Agreements that are no longer applicable, specifically FAR 52.222-33 and 52.222-34. It also addresses inquiries from potential contractors, confirming the persistence of the revised bidding timeline and denying the request to reduce financial documentation requirements. These modifications aim to enhance clarity and compliance while streamlining the bidding process, reflecting the government's adaptability to contractors' concerns. This document is crucial for ensuring that all potential contractors abide by the newly established terms and maintain transparency in the procurement process while adhering to updated regulations.
Apr 21, 2025, 5:05 PM UTC
The document is an amendment to the solicitation N4008525R2513 for the repair of the 3rd Battalion Pond Causeway at MCRD, Parris Island, SC. The amendment updates critical sections related to proposal submission and attachments. Key changes include the removal and replacement of language regarding the Offeror's registration status in the System for Award Management (SAM) and the requirement for submitting up-to-date Representations and Certifications for this procurement. Additionally, the amendment provides clarity on the proper labeling and uploading of documents, such as pre-proposal inquiry forms and experience data sheets. Further, the amendment addresses inquiries about handling Controlled Unclassified Information (CUI) and outlines the time frame for the owner’s decision on awarding options based on posted solicitation unit prices. A significant addition is the incorporation of a Small Business Subcontracting Plan requirement for DOD contracts. This document serves to actively update contractors on changes affecting their proposal submissions and compliance requirements, reinforcing the importance of clarity in federal contracting processes.
Apr 21, 2025, 5:05 PM UTC
The document is an amendment to the solicitation N4008525R2513 regarding the repair of the 3rd Battalion Pond Causeway at Marine Corps Recruit Depot (MCRD) Parris Island, SC. The amendment, identified as 0003, extends the response date for offers to 31 March 2025, before which contractors must acknowledge receipt of the amendment to ensure their proposals are considered. Additionally, it includes a site visit sign-in sheet from an organized visit on 04 March 2025 as part of the documentation. This amendment reinforces the importance of formalities in the solicitation process, requiring acknowledgment of changes to avoid rejection of proposals. Overall, the document highlights procedural updates essential for the solicitation process in federal contracting, emphasizing adherence to specified timelines and documentation.
Apr 21, 2025, 5:05 PM UTC
This document serves as Amendment 0004 for Solicitation No. N4008525R2513, concerning the repair of the 3rd Battalion Pond Causeway at MCRD, Parris Island, SC. The amendment remains effective as of March 19, 2025, and extends the solicitation response deadline to March 31, 2025, 2:00 PM EDT. It includes responses to pre-proposal inquiries regarding project specifications and procedures. Key details include the clarification of tip elevations for king piles at specified locations, guidelines for the disposal of gabion and rip rap materials, and the process for utility relocation. The contractor is instructed to coordinate directly with utility companies and manage power outages for installation phases. Additionally, expectations related to freshwater transfer from Ribbon Creek and contractor experience requirements are addressed. The amendment emphasizes that only the prime contractor's experience will be evaluated, excluding that of subcontractors. Overall, the amendment aims to clarify technical specifications and procedural requirements to aid bidders in submitting informed proposals while ensuring compliance with federal contracting procedures and standards.
Apr 21, 2025, 5:05 PM UTC
The document outlines Amendment 0005 to Solicitation No. N4008525R2513 for the repair of the 3rd Battalion Pond Causeway at MCRD, Parris Island, SC. The amendment addresses pre-proposal inquiries, clarifying various technical aspects related to material disposal, concrete specifications, demolition details, and design requirements. Key responses include the requirement for off-site disposal of non-reusable materials, specification adherence for concrete, asphalt thickness, jointing details for slabs, and pile tip elevations for king piles. The document emphasizes the necessity for contractors to provide flexible solutions for specific construction challenges while adhering to project specifications and environmental regulations. Overall, this amendment intends to ensure clear communication between the government and contractors, facilitating compliance and successful proposal submissions while maintaining project timelines and specifications.
Apr 21, 2025, 5:05 PM UTC
The document serves as an amendment to the solicitation for the repair of the 3rd Battalion Pond Causeway at Marine Corps Recruit Depot in Parris Island, SC (Solicitation No.: N4008525R2513). Its primary purpose is to extend the proposal submission deadline from March 31, 2025, to April 14, 2025, at 2:00 PM EDT. Additionally, it reopens the pre-proposal inquiry submissions until March 31, 2025, with all questions directed solely to the specified Contract Specialist, indicating that inquiries should not contact personnel at Parris Island. The amendment clarifies changes to previous responses regarding utility owner contact information. The document is structured to outline contract details, the timeline for amendments, and the required procedures for bidder acknowledgment. This amendment is critical for maintaining communication clarity and establishing adherence to the procurement's timeline and protocols in line with government contracting standards.
Apr 21, 2025, 5:05 PM UTC
The document is an amendment to the solicitation for the repair of the 3rd Battalion Pond Causeway at MCRD Parris Island, SC, extending the proposal submission deadline from April 14, 2025, to April 21, 2025. The amendment also includes revisions to solicitation provisions and responses to pre-proposal inquiries addressing utility relocations, design specifications, environmental assessments, and contractor responsibilities. Key points encompass responsibilities regarding utility costs, environmental contamination concerns, work plan specifications, and required permits for construction. The contractor is made aware of the necessity to identify and secure all pertinent permits, while specific technical details about project execution, such as soil contamination testing and the provision of certain materials, are clarified. Adjustments to existing provisions and certifications are noted to comply with updated FAR guidelines. This amendment's purpose is to facilitate better understanding and compliance with the solicitation's requirements, ensuring that all potential contractors have clarified information to prepare competitive proposals while adhering to federal guidelines in the construction domain.
Apr 21, 2025, 5:05 PM UTC
The document is an amendment to solicitation N4008525R2513 concerning the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, SC. The proposal due date remains unchanged at April 21, 2025, by 2:00 PM EDT. This amendment specifically addresses pre-proposal inquiries regarding utility bid items, confirming that no allowances are to be included in bid submissions. An updated price proposal form reflecting this clarification is provided. The amendment follows federal contracting regulations, stressing the importance of acknowledging receipt to avoid offer rejection. It is issued by the NAVFACSYSCOM Mid-Atlantic Contracting Core and outlines changes in a summarized format, meticulously detailing required updates, responses to inquiries, and the importance of compliance with submission protocols. This amendment aims to ensure clarity and compliance in the bidding process, reflecting the government's intention to maintain rigorous standards in contract management.
Apr 21, 2025, 5:05 PM UTC
The document serves as an amendment to a solicitation for the repair of the 3rd Battalion Pond Causeway at MCRD, Parris Island, SC, under contract ID N4008525R2513. It details the procedure for acknowledging the amendment, which must be completed and returned by specific methods before the specified deadline to avoid offer rejection. The proposal due date has been extended from April 21, 2025, to April 23, 2025, with all terms of the original solicitation remaining unchanged except for this date modification. Contractors are required to sign and return copies of the document to the issuing office, reinforcing compliance and acknowledgment of the amendment. The amendment outlines the requirements for submissions and modifications while maintaining the integrity of the original contract terms. This document is a crucial component of the government's procurement process ensuring transparency and clarity in bid submissions.
Apr 21, 2025, 5:05 PM UTC
The document serves as an amendment to solicitation N4008525R2513 for the repair of the 3rd Battalion Pond Causeway at MCRD Parris Island, SC. It details continued terms and conditions while providing responses to pre-proposal inquiries from contractors. The proposal due date remains unchanged at April 21, 2025. The amendment clarifies responsibilities regarding utility relocations, stating that contractors must coordinate with commercial utility owners for scheduling and outages related to the electrical power system, with pre-priced costs included in the contract. It emphasizes that all design and construction costs for utilities are to be borne by the contractor. Further clarifications address specific line items, including sediment disposal, water storage requirements, and permit responsibilities, noting that the contractor must identify and secure necessary permits while construction methods may influence these needs. The document provides key contact information for utility representatives and highlights the critical nature of contractor communication and coordination with military representatives during the proposal phase. Overall, this amendment reinforces the project's scope, responsibilities, and critical deadlines for bidders.
Apr 21, 2025, 5:05 PM UTC
Mar 7, 2025, 8:05 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
P-7889 DENTAL CLINIC REPLACEMENT, MARINE CORPS RECRUIT DEPOT PARRIS ISLAND, SC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of a replacement Dental Clinic at the Marine Corps Recruit Depot in Parris Island, South Carolina. The project involves a Fixed Price Construction Contract for a Design-Bid-Build (DBB) approach, aiming to provide a modern facility equipped with backup power and essential utilities, while also ensuring compliance with safety and environmental standards. This initiative is critical for enhancing healthcare services for recruits and active-duty personnel, reflecting the government's commitment to maintaining high-quality medical infrastructure. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
BEQ Repair AS4212
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic, is soliciting proposals from qualified contractors for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N40085-25-R-2620, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after the award. The work will require adherence to strict safety and environmental regulations, including compliance with the Davis-Bacon Act, and will utilize the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors must submit their proposals by April 23, 2025, and are encouraged to contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
P502 Replace MCAS Beaufort Fuel Pier, Marine Corps Air Station Beaufort, South Carolina
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the replacement of the Fuel Pier at Marine Corps Air Station Beaufort, South Carolina, under project P502. This project involves the demolition of the existing 1957 fuel pier and the construction of a new single-deck fueling pier, approximately 169 feet long and 40 feet wide, while maintaining ongoing fuel services throughout the construction period. The initiative is critical for modernizing military fueling capabilities and ensuring compliance with safety and environmental regulations. Interested contractors must submit sealed bids by June 3, 2025, with a performance period of 900 days following contract award. For further inquiries, potential bidders can contact Scott Schulz at SCOTT.C.SCHULZ1@NAVY.MIL or John Bishop at john.p.bishop1@navy.mil.
P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-1458 2nd Radio Battalion Complex, Phase 2, which includes a Parachute Maintenance Facility and a Supply Warehouse at Camp Lejeune, North Carolina. The project entails designing and constructing facilities that comply with Anti-Terrorism/Force Protection (ATFP) standards, featuring specialized construction elements such as reinforced concrete structures and advanced mechanical systems. This procurement is critical for enhancing military capabilities and ensuring operational efficiency within federally funded projects, with an estimated budget of approximately $18,030,800 and a completion timeline of 780 days post-award. Interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or by phone at 757-341-0559.
Building 128 Grounds Improvements
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the "Building 128 Grounds Improvements" project at Marine Corps Base Camp Lejeune, North Carolina. The project aims to repair existing erosion issues and enhance site functionality by optimizing walkways, installing new sidewalks, piping roof drains, regrading, and implementing stormwater and landscaping improvements. This initiative is crucial for maintaining operational integrity at the Building 128 mess hall while ensuring compliance with safety and environmental regulations during construction. Interested contractors must submit proposals by April 22, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
Repair Replace Concrete Top, Pump Station B-4226
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and replacement of the concrete top at Pump Station B-4226 located at Marine Corps Air Station Cherry Point, North Carolina. This project involves relocating a hoist to a new concrete footing while ensuring minimal disruption to ongoing operations, with strict adherence to safety regulations and operational protocols. The estimated cost for this procurement ranges from $26,000 to $30,000, with a completion timeframe of 45 days post-award. Interested contractors, specifically those listed as M&R MACC contractors, must submit their proposals by May 21, 2025, and direct any inquiries to Kathryn French Nethercutt or Ericka J. Bishop via the provided email addresses.
Building 12 Stairwell Repairs
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the repair of the Building 12 stairwell at Marine Corps Base Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2653. The project involves comprehensive repairs, including the demolition of existing steel staircases and concrete steps, followed by the fabrication and installation of new galvanized stairs, concrete steps, and handrails, with an estimated cost between $250,000 and $500,000 and a completion timeframe of 180 days post-award. This initiative is part of ongoing efforts to maintain infrastructure integrity and safety at military facilities, ensuring compliance with federal contracting regulations, including the Davis-Bacon Act for wage determinations. Proposals are due by May 11, 2025, and interested contractors must contact Tony Benson or Lauren Loconto for further details and to confirm eligibility for bidding.
Y--P398 Range Improvements and Modernization Marine Corps Recruit Depot, Parris Island, South Carolina
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking construction services for range safety improvements and modification at MCRD Parris Island, South Carolina. The project involves demolishing the existing firing range and constructing a new one, including new impact berm, target berm and butt, side safety berm, paved firing lines, roads, irrigation system, signage, and other facilities. The new facilities will include a Butts Control Building, Target Storage Buildings, small Heads, and a large Male and Female Head. Additional site improvements include a parking lot, access roads, water and sewer systems, storm water management, and power and communications distribution systems. The project also includes allowances for ordinance scanning and potential ordinance removals.
P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
Buyer not available
The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated as N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and will be awarded to selected contractors from a list of MACC holders, with electronic submissions due by February 25, 2025. Interested parties should direct inquiries to Lindsay Brown or Damila Adams, and a pre-proposal conference is scheduled for January 29, 2025, emphasizing the need for compliance with wage determinations and bonding requirements throughout the project lifecycle.
Repair Concrete Catwalks and Stairwalls, Buildings 4295 And 4296
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the repair of concrete catwalks and stairwalls at Buildings 4295 and 4296 located at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7438311, requires contractors to rehabilitate existing concrete structures while minimizing disruption to the occupied buildings, with a completion timeline of 120 days post-award and a budget estimated between $100,000 and $250,000. The procurement is restricted to specific M&R MACC contractors, emphasizing compliance with safety and quality standards, including adherence to the Davis-Bacon Act for wage regulations. Interested contractors must submit their proposals by May 20, 2025, and can contact Joanna Miller at joanna.d.miller2.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.