Building FC415 Repairs
ID: N4008525R9002Type: Combined Synopsis/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 Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Building FC415 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as 25M024CN, involves comprehensive renovations including pressure washing, painting, and repairing various building components, with an estimated cost between $250,000 and $500,000 and a completion timeline of 240 days post-award. The initiative underscores the government's commitment to maintaining and upgrading military facilities while adhering to safety and environmental standards. Interested contractors must submit their proposals by July 28, 2025, and can contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or 910-378-6172 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Building FC415 Repairs project at MCB Camp Lejeune, North Carolina, solicits proposals under Solicitation No. N40085-25-R-9002, due on July 28, 2025. The project aims to address repairs with an estimated cost between $250,000 and $500,000, and completion expected within 240 days post-award. Qualified contractors listed include T.E. Davis Construction, Joyce & Associates, Olympic Enterprises, and Quadrant Construction. Key stipulations include a lowest price award basis, liquidated damages of $880 per day, and a site visit on July 8, 2025. Bid requirements specify the necessity for bonds based on proposal amounts, with detailed wage determinations governed by the Davis-Bacon Act. Current wage rates apply, recently adjusted by applicable Executive Orders ensuring minimum wage compliance. Contractors must adhere to the Buy American provision, evaluating foreign material requests based on cost. Despite project funding uncertainties, this RFP underscores the government’s commitment to infrastructure upkeep and contractor engagement while ensuring labor rights and compliance with federal regulations.
    The project involves the repair of building FC415, with responsibilities resting on the contractor to ensure compliance with general requirements and accuracy of measurements, which must be field-verified. It explicitly states that construction must occur without disrupting the ongoing operations of the facility, with the contractor responsible for moving furniture and other items. Additionally, the document outlines staffing, allowing one qualified individual to serve multiple roles: Superintendent, Quality Control Manager, and Safety & Health Officer, simplifying oversight. This project reflects the government’s structured approach to facility maintenance while considering operational continuity and safety standards during the construction process.
    The Building FC415 Paint Project, identified by project number 25M024CN, outlines planned renovations and maintenance for Building FC415. This project aims to enhance the building's condition through various tasks, including pressure washing, replacing window locking mechanisms, updating exterior door sweeps, painting both the interior and exterior, painting metal doors, and repairing concrete surfaces. The specifics of the project detail the quantities required for each task: 45,000 square feet for pressure washing, 78 locking mechanisms, 109 door sweeps, 86,000 square feet of painting, 109 metal doors to be painted, and 300 square feet of concrete repair. Each activity aims to improve aesthetics and functionality while ensuring safety and compliance with regulations. This project is part of government efforts to maintain and upgrade public facilities, reflecting a commitment to community infrastructure and the effective use of federal and local resources.
    The file outlines the specifications and scope of work for the repair and painting of Building FC415, as part of project number 25M024CN. The contractor is responsible for all materials, labor, equipment, and supervision needed to restore the building, ensuring that all work meets the specified requirements. Key tasks include repairing damaged surfaces, cleaning mold, applying various paint types, and ensuring proper safety practices concerning lead paint presence. The project area description provides detailed instructions on repairs to exterior and interior surfaces, including specific paint colors and materials. Special considerations for scheduling and hazardous materials management are highlighted. This project reflects the government’s initiative to maintain and upgrade facilities while adhering to environmental and safety standards.
    The document outlines the requirements and processes for contractor submissions related to a federal contract, specifically focusing on preconstruction submittals and closeout documentation. It emphasizes various approvals and materials needed at different stages of the contracting process, including safety plans, operational certifications, and testing reports. Key elements include the submission of safety-related documents such as Accident Prevention Plans, Environmental Protection Plans, and Quality Control Plans, as well as various certifications and permits for project compliance. The structured format lists action codes, date entries, and categories, illustrating a systematic approach to managing contractual obligations. Each entry is intended to ensure that all necessary safety and compliance measures are thoroughly documented and approved before construction activities commence. This thorough workflow is essential for adhering to federal standards and mitigating project risks throughout its lifecycle, highlighting a commitment to safety and regulatory adherence in government contracts.
    The document outlines the contract requirements for a construction project at Marine Corps Base Camp Lejeune, North Carolina. It details the work scope, location, phased construction schedule, and responsibilities regarding existing structures and underground utilities. Contractors must ensure minimal disruption to existing facilities and repair any alterations to match prior conditions. Strictures include notification for excavation, use of government-furnished materials, contractor access protocols, safety regulations, and submission guidelines. Key sections emphasize contractor responsibilities for project documentation, scheduling, and quality control, particularly in the electronic construction management system. Specific completion timelines for various submittals, including interim documentation and invoices, are designated, highlighting the need for precise financial reporting and risk management through clear communications. Safety training, particularly related to unexploded ordnance, and adherence to emergency protocols are imperative. Additionally, the importance of established partnerships and regular site meetings is stressed to enhance cooperation and project efficiency. In summary, the document serves as a comprehensive guideline aimed at ensuring quality, safety, and regulatory compliance throughout the construction process in a government context, aligning with broader federal and state contracting standards.
    The Camp Lejeune Contractor Environmental Guide serves as a comprehensive resource for contractors working at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, detailing environmental compliance requirements mandated by federal, state, and local laws. The guide outlines key definitions, installation background, and a systematic Environmental Management System (EMS) aimed at integrating environmental considerations into operational practices. Key sections address training protocols, air quality, hazardous material management, and emergency response procedures. Contractors are required to complete environmental awareness training pertinent to their job functions within 30 days of commencing work and adhere to applicable environmental regulations to prevent pollution and ensure compliance. An emphasis is placed on collaboration between contractors and environmental offices, with designated points of contact for inquiries and emergencies. The guide ultimately aims to enhance environmental stewardship within military operations, promoting sustainable practices in line with the Marine Corps’ mission and regulatory expectations.
    The document outlines the specifications for paints and coatings for government projects, focusing on both interior and exterior applications. It details requirements for surface preparation, materials, application techniques, and compliance with health and safety regulations. The document references numerous standards from organizations such as ASTM and MPI, ensuring that the coatings meet stringent quality and environmental standards, including restrictions on toxic substances like lead and asbestos. It emphasizes the importance of protection for non-painted areas, provides guidelines for selecting colors and finishes, and specifies the minimum dry film thickness required for various substrates. Additionally, it mandates quality assurance measures, including submittals for materials used and the testing of products against the Approved Product List. The document serves to guide contractors in preparing and applying coatings in compliance with federal, state, and local regulations, ultimately ensuring safety and aesthetic quality in completed government projects. It reflects the federal focus on environmental sustainability and public health in procurement processes.
    Lifecycle
    Title
    Type
    Building FC415 Repairs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Repair Fuel System B4505
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. The project involves the repair of three fuel storage tanks, associated piping, and perimeter fence, with a focus on replacing tank and pipe coatings and repairing existing fence posts. This procurement is critical for maintaining operational readiness and compliance with government regulations, with an estimated contract value between $500,000 and $1,000,000. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested contractors must acknowledge the recent amendment to the solicitation and attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J. Hislop at meghan.j.hislop.civ@us.navy.mil.
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 for further information.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of two road plates on the Runway 23R Service Road at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7273833, is restricted to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors and has an estimated cost of less than $25,000, with a completion timeline of 60 calendar days. The work is critical for ensuring safe vehicle traffic over drainage channels and requires strict adherence to base regulations, including a mandatory site visit on December 15, 2025, and proposal submissions by December 30, 2025, at 12:00 PM EST. Interested contractors should contact Kathryn French Nethercutt at kathryn.l.nethercutt.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This project is exclusively open to specific Mechanical MACC contractors, including Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc., with an estimated cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The work involves the demolition of existing piping and installation of new systems, adhering to strict safety and regulatory standards, including compliance with the Davis-Bacon Act. Proposals are due by January 5, 2026, following a mandatory site visit on December 16, 2025, and interested contractors can reach out to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further inquiries.
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.