RR462 Bathroom Modification
ID: N4008524R2851Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the RR462 Bathroom Modification project at Camp Lejeune, North Carolina. The project aims to convert Storage Room 104 into a fully functional bathroom, requiring contractors to undertake architectural, plumbing, mechanical, and electrical installations while minimizing disruptions to ongoing facility operations. This initiative is part of the government's efforts to enhance facility accessibility and functionality, with an estimated project cost between $100,000 and $250,000. Interested small businesses must submit their proposals by September 12, 2024, and can direct inquiries to Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.

    Files
    Title
    Posted
    This document is an amendment to a solicitation for a construction project, specifically titled "RR 462 Bathroom Modification," issued by NAVFAC Mid-Atlantic. The amendment updates the deadline for proposal submissions, extending it to September 12, 2024, at 1500 hours. Additionally, it includes information regarding a site visit and the required access list for MARSOC. It is crucial for contractors to acknowledge receipt of this amendment when submitting their proposals, as failure to do so may lead to proposal rejection. The amendment serves to clarify and modify the existing solicitation to ensure all potential bidders are notified of the changes and have the necessary information for participation in the procurement process. Compliance with procedural requirements outlined in the document is essential for maintaining eligibility in the solicitation.
    This document outlines a scheduled site visit for the "RR462 Bathroom Modification" project, set for September 9, 2024, at 1:00 PM. Repeatedly cited across five pages, the document includes placeholders for essential participants' information, such as names, company affiliations, access dates, and completion dates, although none are provided in the current text. The consistent mention of the same project title indicates that this file is part of a broader communication regarding a federal or state/local Request for Proposals (RFP) or grant process focused on facility modifications. The intent is to prepare for site assessments vital to project implementation, ensuring that stakeholders are aligned with scheduling and responsibilities before proceeding with grant-related construction activities. Through this document, the government emphasizes coordination among relevant parties to facilitate successful project execution and compliance with anticipated regulations. The repetitive nature of the content suggests a template or form that could be used for multiple projects or submissions, reflecting standardization in project management within government contracting.
    This document is an amendment to the solicitation for a bathroom modification project (N40085-24-R-2851) issued by NAVFAC Mid-Atlantic. The amendment extends the date for proposal submissions to September 12, 2024, and includes responses to various technical questions raised by contractors regarding the project. Key points include clarifications on existing plumbing fixtures and systems, indicating which elements will remain or need replacement, such as the electric water heater and split system heat pumps. Additionally, it addresses misunderstandings about plumbing lines and equipment placement through referenced drawings. The amendment requires that contractors acknowledge the changes when submitting their proposals, noting that failure to do so may result in rejection. The document underscores the importance of clear communication in the RFP process and compliance with project specifications to ensure successful project execution. Overall, this amendment aims to facilitate a better understanding of project requirements and ensure that contractors are well-informed before submitting their bids.
    The document is an amendment to a federal solicitation, specifically Amendment No. 0004, addressing changes to the proposal submission deadline for project N40085-24-R-2851, concerning restroom modifications at Camp Lejeune, NC. The amendment establishes a new due date of September 16, 2024, at 12:00 PM EST for proposal submissions. It emphasizes that contractors must acknowledge receipt of this amendment when submitting their proposals; failure to do so could result in rejection of their submissions. The amendment is issued by NAVFAC Mid-Atlantic and contains essential details regarding the administration of the solicitation and any modifications to the existing contract. The document adheres to standard federal procurement procedures and outlines the necessary steps for acknowledgment and submission by the contractors involved.
    This document is an amendment (No. 0005) to a solicitation related to a bathroom modification project (N40085-24-R-2851) administered by NAVFAC Mid-Atlantic for the Resident Officer in Charge of Construction at Camp Lejeune, NC. The amendment extends the proposal submission deadline to 1400 on September 18, 2024. Key updates include responses to multiple contractor inquiries regarding project specifications, including the placement of waste piping and requirements for temporary facilities during an extended bathroom closure. Notable clarifications include that the contractor is responsible for installing new waste piping outside the building instead of through an operational bathroom, and temporary use of toilets or handwashing stations is not required during renovations. Additionally, existing fixtures such as an electric water cooler will remain, while some planned installations are omitted from the scope. The amendment ensures that all other terms and conditions remain unchanged. This document illustrates the ongoing communication and adjustments typical in federal construction contracts to ensure clarity and compliance.
    A site visit scheduled for September 5, 2024, at 1:00 PM EST for a project involving MACC holders will take place at the MARSOC secure complex in Stone Bay, North Carolina. Participants must submit a list of attendees to SSgt. Zebadiah Meador via email by September 4, 2024, at 2:00 PM EST. Only those with a valid DBIDS or a sponsorship request will be granted access through the Stone Bay Gate, requiring the exact names as on government-issued IDs. Participants are advised to obtain entry passes the day before to avoid potential delays, as wait times at the Visitor’s Center can exceed two hours. All attendees must convene at Building RR462, Stone Bay, by the meeting time. SSgt. Meador will serve as the primary contact for the site visit. This document outlines crucial access protocols for ensuring attendance and security compliance for the upcoming site evaluation, reflecting proper procedures related to federal RFP processes.
    A site visit for the MARSOC secure complex at Stone Bay, North Carolina, is scheduled for September 9, 2024, at 1:30 PM EST, immediately following a prior event. All MACC holders must submit attendee names to Angela Little via email by September 6, 2024, at noon. Participants without DBIDS access should note that they cannot enter through the Stone Bay Gate and must provide identification details for entry at the Visitor’s Center, where wait times can reach two hours. All attendees, regardless of access, must submit their names precisely as they appear on their valid government-issued IDs using an attached spreadsheet. Meetings will commence at the MARSOC Visitors Center (Building RR420), and attendees are advised to arrive punctually. Ashley Ruiz will serve as the point of contact during the visit. Overall, this document emphasizes the importance of timely submission of information for access to the secure complex while outlining logistics and safety protocols for attendees.
    The RR462 Bathroom Modification project at MCB Camp Lejeune, North Carolina, represented by Solicitation No. N40085-24-R-2851, aims to enhance facility accessibility with a completion deadline of 240 days post-award. This is a FY24/FY25 straddle project with an estimated cost between $100,000 and $250,000. The bid will be awarded based on the lowest price proposal, with specific requirements for bid and performance bonds based on the proposal value. The contractor must minimize disruptions during ongoing operations at the facility. Key contractual stipulations include a liquidated damages clause at $220 per calendar day and adherence to wage determinations per the Davis-Bacon Act, which mandates specific minimum wage rates for various construction roles. Workers will be entitled to benefits under Executive Order standards relating to minimum wage and paid sick leave. Contractors eligible for bid submission are limited to those listed under four existing solicitation numbers. A mandatory site visit is scheduled for September 5, 2024, with proposal submissions due by September 12, 2024. Applicants must submit their bids electronically to specified email addresses, ensuring compliance with all documentation requirements. Funding availability is not guaranteed and may impact contract awards.
    The project involves converting Storage Room 104 into a bathroom at facility RR462, initially designed with two bathrooms but modified due to budget constraints. The contractor must implement all necessary architectural, plumbing, mechanical, and electrical installations that were not completed in the original design. Despite the construction, facility operations will continue; hence, the contractor is expected to minimize disruptions. Additionally, one qualified individual may serve as the Superintendent, Quality Control Manager, and Safety & Health Officer. This project reflects governmental efforts to enhance functional facilities while maintaining operational integrity and safety standards.
    The document outlines specifications for mechanical systems and energy compliance protocols in a building project located in Onslow County, North Carolina. It details fan schedule requirements, including various fan types, performance metrics such as air movement (CFM), noise levels (sones), and compliance with the North Carolina Energy Code for motors, equipment installation, and efficiency. A significant focus is placed on utilizing a high-efficiency split system heat pump expected to meet stringent SEER ratings. The building's thermal zoning and heating/cooling loads are calculated and specified alongside equipment schedules, highlighting essential operational parameters for air handling units and their electrical data, including safety standards for circuits. The designer validates that the design aligns with energy code requirements, indicating a comprehensive approach to maintaining energy efficiency throughout the project. The summary underscores the government's commitment to ensuring meticulous adherence to energy regulations while implementing advanced mechanical systems designed to optimize building performance and occupant comfort.
    The RR462 Bathroom Modification project aims to convert Storage Room 104 into a bathroom, following the removal of an existing bathroom due to budget constraints. The contractor is responsible for installing all necessary architectural, plumbing, mechanical, and electrical features, ensuring that these match the specifications and quality of the adjacent Bathroom 105. A site visit is mandated to assess existing conditions and determine all required items for completion. Key tasks include providing and installing finishes, fixtures, plumbing, and mechanical systems that must equal or exceed the quality of existing components. Compliance with provided record drawings and material selections is necessary, with all items requiring government approval. Plans and schedules for interior finishes, plumbing, mechanical, and electrical systems are outlined for reference, emphasizing the need for consistency across the two bathrooms. This scope of work falls within the context of federal and state/local RFPs focusing on facility improvement projects, emphasizing safety, quality, and regulatory compliance. The initiative aligns with government efforts to enhance infrastructure while ensuring that projects meet established standards and specifications.
    The file outlines key administrative and compliance-related documents and submission requirements associated with a government contract for the "Lighting Inverter Replacement G644" project. It details the schedule for contractor submissions, including preconstruction documents such as accident prevention plans, environmental protection plans, and test reports. Each item submitted requires approval from designated authorities, and relevant dates are tracked to ensure timely processing. The document emphasizes the importance of safety measures, regulatory compliance, and adherence to industry standards throughout the project lifecycle. Supporting materials, including quality control plans and certification documents, are also highlighted as vital to the closeout process. This structured approach ensures accountability and thorough documentation, reflecting standard practices in federal grants and RFPs aimed at fostering effective project execution and maintenance of safety protocols.
    The document is an amendment (Amendment No. 0002) to a solicitation regarding the Bathroom Modification Project (24-0708, RR462) issued by NAVFAC Mid-Atlantic. The amendment adds questions and answers related to Requests for Information (RFI) and specifies that the deadline for proposal submissions remains unchanged at 1500 hours on September 12, 2024. It is crucial for contractors to acknowledge receipt of this amendment when submitting proposals, as failure to do so may lead to rejection. The document outlines the administrative details of the amendment and maintains that all other terms of the original solicitation and contract remain in effect. The amendment serves as a formal communication to clarify updates and expectations for potential contractors involved in the bidding process.
    The document is an amendment to a solicitation regarding a construction contract for bathroom modifications at NAVFAC Mid-Atlantic, specifically the bathroom facilities at Camp Lejeune, NC. Amendment No. 0003 addresses various inquiries submitted by bidders, providing clarifications through a series of question-and-answer exchanges. The amendment specifies that existing plumbing fixtures will remain, outlines corrections to the plumbing schematic, and references attached plumbing specifications for contractor guidance. Key points include the retention of existing water heaters and piping, decisions about exhaust fan replacements, and clarity regarding the condition of HVAC systems. The deadline for receiving proposals remains unchanged, reinforcing the requirement for bidders to acknowledge the amendment to avoid proposal rejection. The document showcases structured communication and oversight in procurement processes critical to government projects.
    This document pertains to a scheduled construction site visit for the Bathroom Modification project (RR462) on September 5, 2024. It is dated August 28, 2024, and includes repeated reference to necessary participant information, with placeholders for personal details such as last name, first name, middle initial, citizenship, prime company, sub-company, access date, and completion date. The consistent formatting across multiple pages suggests a structured approach to gathering participant data for the upcoming site visit. This visit is likely a critical step in the project execution process, potentially involving stakeholders from various companies to align on the project's needs and compliance with relevant regulations. The document underlines the emphasis on thorough documentation that is typical for federal and state/local RFP processes, reflecting the systematic nature of government-funded construction projects.
    The "Contractor Environmental Guide" for Marine Corps Base Camp Lejeune provides essential information to ensure contractors comply with federal, state, and local environmental regulations while performing work at the installation. The guide outlines the Environmental Management System (EMS), emphasizes the importance of environmental awareness training, and specifies various environmental requirements that contractors must follow. Key topics include the roles of the Environmental Management Division and Installation and Environment Department, training requirements, air quality management, hazardous materials handling, and emergency response procedures. Contractors are required to participate in general environmental awareness and EMS training within 30 days of commencing work and must maintain compliance with various environmental standards and permits. The document serves as a critical resource for contractors to understand their responsibilities in protecting public health and the environment while fulfilling the Marine Corps' mission. By adhering to this guide, contractors contribute to effective environmental management and compliance, thus supporting the Marine Corps' objectives at Camp Lejeune and MCAS New River.
    The document outlines the plumbing specifications for the construction of the MARSOC facility for FY14. It references various standards from national organizations (like ASHRAE, ANSI, and ASTM) ensuring compliance with building and plumbing codes. Key aspects include submission requirements for product data and test reports, and guidelines for using standard products with a minimum two-year commercial use record. It details material specifications for pipes, joints, fixtures, valves, and water heaters, ensuring they meet rigorous performance standards. Emphasis is placed on proper installation, accessibility for maintenance, and adherence to energy conservation regulations. The document prioritizes safety, efficiency, and functionality in plumbing systems, reflecting the federal government's commitment to high construction standards in military environments. Overall, this technical specification guide serves as a crucial roadmap for contractors and engineers involved in the project, promoting compliance with federal engineering standards and best practices in plumbing design.
    The document outlines the site utilities plan for the construction of MARSOC facilities at Marine Corps Base Camp Lejeune, North Carolina. It details existing and new utility installations, including various water mains (existing and new 2" PVC and 6" D.I. water mains), propane lines, sanitary sewer connections, and stormwater management systems. The plan includes specifications for trenching, joint installations, and the relocation of fire hydrants. Notable features include measures for revealing existing utilities and ensuring vertical separation between water and gas lines during new installations. The document emphasizes compliance with contractor confidentiality regarding unclassified information, specifying pre-approval protocols for any information release. Overall, the plan reflects the project's commitment to infrastructure development while adhering to safety and regulatory standards.
    The document outlines the specifications and schematics for the construction of sewer and water infrastructure, specifically for a sewer pump station associated with the Marine Corps Base Camp Lejeune, North Carolina. Key components include various types and sizes of PVC piping, concrete collars, valve boxes, a duplex grinder pump system, high water alarm systems, and electrical service details. The document also includes directives for contractor compliance regarding the handling and release of sensitive project information, essential for maintaining confidentiality. Visual diagrams illustrate the installation of essential components like thrust blocks and cleanouts, specifying dimensions and materials. The information serves not only as a guide for construction but also ensures adherence to safety and technical standards established for military facilities. The emphasis on detailed revisions and approvals reflects the project's compliance with government RFP standards, showcasing thorough planning for utility installations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under Solicitation No. N40085-24-R-2855. The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security for the Marine Raider Support Group while ensuring minimal disruption to ongoing operations. This initiative is critical for compliance with military security standards and is estimated to cost between $25,000 and $100,000, with proposals due by September 17, 2024, following a mandatory site visit on September 5, 2024. Interested contractors should contact Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    CHILLER REPLACEMENT BLDGS A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the chiller replacement project at multiple buildings within Marine Corps Base Camp Lejeune, North Carolina. The project involves replacing outdated chillers in buildings A66, FC292, H23, HP561, 407, RR120, M457, M458, and HP237, with a focus on optimizing chilled water systems and ensuring compliance with industry standards. This initiative is critical for enhancing HVAC efficiency and reliability in government facilities while maintaining operational continuity during construction. Proposals are due by September 17, 2024, with an estimated project cost ranging from $1,000,000 to $5,000,000. Interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    2NDMARDIV BEQ FURNITURE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps at Camp Lejeune, is soliciting proposals for the acquisition of Bachelor Enlisted Quarters (BEQ) furniture, including items such as mattresses, refrigerator/microwave combinations, chairs, and various tables for installation in barracks HP-118, HP-119, and HP-301. The procurement aims to furnish a total of 348 rooms while ensuring minimal disruption to current residents, with responsibilities including the fabrication, delivery, installation of new items, and the removal and disposal of existing furniture. This opportunity is particularly significant as it supports the living conditions of enlisted personnel, emphasizing durability and compliance with environmental regulations during the disposal process. Interested small businesses must submit their bids electronically by September 16, 2024, and can direct inquiries to Tammie Cassell at tammila.cassell@usmc.mil or by phone at 910-451-6357.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    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.
    4-Stall Bathroom/Shower Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the 159th Fighter Wing, is soliciting proposals from small businesses for the procurement of a 4-Stall Mobile Bathroom/Shower Trailer. The trailer must be constructed to meet local and federal regulations, featuring high-quality materials and a design that ensures individual privacy for each station, with specific plumbing requirements for both potable and wastewater handling. This mobile facility is crucial for supporting military operations, providing essential hygiene services to personnel. Interested vendors must submit their quotes by September 19, 2024, at 10:00 AM CST, and can direct inquiries to Derek Moller at 504-391-8370 or via email at 159.FW.FAL.MSC.Contracting@us.af.mil.
    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.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
    Modular Rest Area Purchase/Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a modular rest area at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project aims to construct a 384 sq-ft modular rest area equipped with HVAC, lighting, and electrical systems to address safety concerns related to the current hazardous conditions due to the lack of proper facilities. This procurement is significant as it supports the health and safety of personnel while adhering to federal regulations, with a completion timeline of 90-120 days post-award. Interested contractors, particularly those classified as small businesses under the SBA guidelines, must submit their proposals by September 19, 2024, and can direct inquiries to Alexander Gibson or Christina Vargas via their provided emails.
    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.