DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
ID: N4008525R2585Type: 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

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Feb 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM Mid-Atlantic), is soliciting proposals for the repair of Direct Digital Controls (DDC) systems at Building 527, Dam Neck Annex in Virginia Beach, Virginia. The project involves demolishing and installing DDC network modems across multiple buildings within the annex, aiming to enhance operational efficiency and modernize critical control systems. This initiative is part of a broader federal effort to maintain and improve infrastructure, with an estimated contract value between $250,000 and $500,000. Interested contractors, specifically those within the 8(a) program and part of the designated MACC group, must submit their proposals by April 18, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 2:05 PM UTC
The document pertains to a Request for Proposal (RFP) for the Direct Digital Control (DDC) System Repairs at the Naval Air Station Oceana's Dam Neck Annex in Virginia Beach, Virginia. It outlines the project's general requirements, statement of work, and specifications for materials and construction techniques. The RFP emphasizes the need for a comprehensive plan addressing protection of government property, work restrictions, and price/payment procedures. Contractors are required to provide detailed schedules, manage quality control, and ensure safety compliance throughout the project. Additionally, it mandates the submission of various documentation, including project schedules, safety plans, and licenses, while highlighting security measures that must be adhered to for personnel accessing the installation. The document is structured into several parts, outlining general requirements, project programming, prescriptive specifications, and specific attachments such as maps and environmental checklists. The thorough guidelines aim to ensure project feasibility, compliance, and successful completion, reflecting the federal standards and priorities within government contracts. Overall, it signifies a key initiative to enhance the operational efficiency and control systems within the naval base while maintaining strict adherence to safety and environmental regulations.
Apr 16, 2025, 2:05 PM UTC
The document details the General Wage Determination for construction projects in Virginia Beach, Virginia, effective January 10, 2025. It specifies wage rates for various construction trades, ensuring adherence to the Davis-Bacon Act and associated Executive Orders, which dictate minimum wage standards. For contracts initiated after January 30, 2022, the minimum wage is set at $17.75 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour if not renewed. The wage determination includes rates for skilled labor such as asbestos workers, boilermakers, and electricians, among others, indicating base pay and fringe benefits. Provisions highlight paid holidays and sick leave requirements per Executive Order 13706 for federal contractors from 2017. The document also outlines the process for appeals related to wage determinations, directing inquiries to the U.S. Department of Labor's Wage Hour Division. This comprehensive guideline ensures fair wages and protections for construction workers engaged in federal contracts, emphasizing compliance and the necessity for contractor responsibility in maintaining labor standards.
Apr 16, 2025, 2:05 PM UTC
The document outlines the procedures for gaining access to NAS Oceana (NASO), Dam Neck Annex (DNA), and the DEVGRU compound on DNA, specifically for contractors and NAVFAC employees. Access requires submission of specific Excel spreadsheets or Word documents for background vetting through security. For NASO and DNA access, a Sponsor Verification Spreadsheet must be completed and emailed to the designated contacts, allowing three business days for processing. Additional fields specify contract expiration, access hours, and sponsoring NAVFAC employee details. For vehicle access, a justified request in Word format is required, and it may take about seven business days to obtain a placard. Access to DEVGRU necessitates prior authorization to NASO/DNA and must be submitted via another Excel spreadsheet. DEVGRU conducts its own security checks, and inquiries about access issues can be directed to designated personnel. This document serves as a protocol for contractors seeking base access, emphasizing the importance of compliance with submission formats and timelines to facilitate security processes.
Apr 16, 2025, 2:05 PM UTC
The document pertains to federal and state/local Requests for Proposals (RFPs) and grants. However, it fails to provide substantive content due to a technical issue with the PDF viewer, leading to a placeholder message instead of the intended material. Without access to the specific details within the file, the summary cannot convey any specific topics, key ideas, or supporting details. Consequently, there is no structure or critical information available for analysis or summarization. The document's primary purpose likely involves outlining procedures for governmental funding opportunities but remains inaccessible for further evaluation. To proceed, it is essential to acquire a functional version of the document to extract and summarize relevant content efficiently.
Apr 16, 2025, 2:05 PM UTC
This solicitation, identified as RFP# N4008525R2585, is for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, with a cut-off date for proposals set for February 25, 2025. The document indicates the project requires prospective offerors to submit questions, which are addressed by the government in subsequent amendments to clarify project requirements. The structure allows for the identification of specific reference numbers associated with inquiries and government responses. This request for proposal is part of the broader federal initiative to maintain and enhance building systems, focusing on modernizing control systems critical for operational efficiency. By facilitating DDC repairs, the project aims to ensure that facilities operate optimally, reflecting the government's commitment to infrastructure maintenance and modernization.
Apr 16, 2025, 2:05 PM UTC
The document outlines requirements concerning federal procurement related to certain telecommunications and video surveillance services or equipment, specifically addressing representations by offerors. It emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from acquiring equipment or services that utilize "covered telecommunications equipment or services." Offerors must certify whether they provide or use such equipment and disclose pertinent details if they do. Defined terms and procedures for reviewing excluded parties in the System for Award Management (SAM) are provided. The regulation stresses the importance of transparency in federal contracting to ensure national security and prevent reliance on potentially harmful technologies. This provision is critical in the context of federal requests for proposals (RFPs) and grants, promoting the prioritization of safe and compliant equipment in government contracts.
Apr 16, 2025, 2:05 PM UTC
The Oceana 8A IDIQ project outlines essential requirements and procedures for contractors working at the Naval Air Station Oceana. It covers general contract prerequisites, including work restrictions, safety, quality control, and construction management. Contractors must familiarize themselves with administrative policies, submit preconstruction documents for approval, and adhere to scheduled timelines for activities. The contract emphasizes the importance of maintaining security, working within occupied premises while minimizing disturbance, and ensuring effective communication with government officials. Key components addressed include the management of existing structures, contractor access protocols, and the process for submitting invoices and progress reports. A specific focus is on safety regulations and the handling of hazardous materials, ensuring compliance with environmental and governmental standards. Additionally, contractors must develop and submit detailed construction schedules, which include milestones for project completion, and adhere to strict guidelines for invoicing and payment procedures. Overall, the document serves as a comprehensive guide to facilitate the successful execution of construction projects within the federal government’s contracting framework.
The NCTAMS LANT Visit Request Guidance outlines the procedures for submitting a Visit Authorization Request (VAR) to gain clearance for facility visits. Key steps include submitting clearance information via DISS to the designated SMO and providing a VAR on company letterhead if DISS submission is impossible. The VAR must detail the visitor's information, visit specifics, security clearance data, and the endorsement from the government sponsor. For non-U.S. citizens, additional information such as citizenship details and identification type is required. The document defines 'Foreign Person' and 'Foreign National' and clarifies the necessary criteria for individuals representing foreign entities. The guidance ensures compliance with security protocols while facilitating authorized visits to federal facilities, emphasizing the importance of thorough documentation and security verification.
Apr 16, 2025, 2:05 PM UTC
The document outlines a standardized format for capturing essential participant information related to government RFPs and grants at a specific facility. Required fields include personal identifiers (last name, first name, middle name), company and sponsor details, access hours, and contact information (email and phone number). This structure facilitates the organization of critical data, such as start and end dates and specific commands linked to participants. It indicates a systematic approach to handling RFPs and grants, ensuring all necessary personnel details are collected for compliance and operational needs. The emphasis on mandatory entries reflects a focus on accuracy and thoroughness in participant documentation, which is crucial for effective oversight within federal and state funding processes.
Apr 16, 2025, 2:05 PM UTC
The document is an amendment to Solicitation N40085-25-R-2585 concerning Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex. The amendment's primary purpose is to reschedule the site visit and extend the due dates for Pre-Proposal Information (PPI) and proposals. Key changes include rescheduling the site visit from February 19, 2025, at 10:00 AM to February 26, 2025, at 10:00 AM. The PPI submission deadline has been moved from February 25, 2025, at 2:00 PM to March 5, 2025, at 2:00 PM, and the proposal submission deadline has been extended from March 6, 2025, at 2:00 PM to March 12, 2025, at 2:00 PM. Further, the document emphasizes that all other terms and conditions remain unchanged and intact. Interested parties must acknowledge receipt of this amendment, which is critical for their offers to be considered. The structured preparation of the amendment follows specific federal guidelines outlining necessary procedural details for contract management and engagement with contractors. This amendment indicates the government's ongoing commitment to transparency and responsiveness in the procurement process.
Apr 16, 2025, 2:05 PM UTC
This document is an amendment to solicitation N40085-25-R-2585 for Direct Digital Controls (DDC) system repairs at Building 527, Dam Neck Annex. The amendment extends the deadline for receiving offers and includes the issuance of a Site Visit Sign-In Sheet, which is vital for prospective contractors to formally document their participation in an on-site visit related to the project. The amendment emphasizes that all other terms and conditions remain unchanged, urging contractors to acknowledge the amendment in their submissions to avoid offers being rejected. This process reflects standard government procurement practices, ensuring transparency and compliance in securing contractor participation for federal projects. Overall, this amendment is critical in facilitating communication and information sharing necessary for effective bid submission.
Apr 16, 2025, 2:05 PM UTC
The document is an amendment to the solicitation for "Direct Digital Controls (DDC) System Repairs" at Building 527, Dam Neck Annex, with solicitation number N40085-25-R-2585. The main purpose of this amendment is to extend the proposal submission deadline. Originally set for March 12, 2025, at 2:00 PM, the new deadline is now March 26, 2025, at 2:00 PM. Contractors are instructed to acknowledge receipt of this amendment through specified methods before the new deadline. The amendment reiterates that all other terms and conditions of the original solicitation and prior modifications remain unchanged. This document serves to ensure that potential bidders have additional time to prepare and submit their proposals, which is a common practice in government procurement processes to enhance participation and competitive bidding.
Apr 16, 2025, 2:05 PM UTC
The document outlines an amendment to solicitation N40085-25-R-2585 concerning repairs to the Direct Digital Controls (DDC) System at Building 527, Dam Neck Annex. The amendment is aimed at providing updated PPI responses, a revised scope of work (Amendment #1), and includes CADD files relevant to the project. Notable changes in the solicitation specifics, including extensions for the submission of offers and the requirements for contractors to acknowledge receipt of the amendment, are clarified. The amendment also states that all previously unaltered terms and conditions of the solicitation remain in force. Attached to the amendment are seven documents, which encompass the PPI Responses and the Scope of Work Amendment, as well as a Zip file containing the Dam Neck CADD Files. This comprehensive update serves to inform contractors of essential project modifications and additional resources that facilitate an accurate understanding of the scope required for the repair work. The amendment emphasizes the importance of timely acknowledgment by contractors to avoid the rejection of their offers and underlines compliance with government contracting procedures.
Apr 16, 2025, 2:05 PM UTC
This document outlines an amendment to Solicitation N40085-25-R-2585 regarding the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex. The primary purpose of this amendment is to extend the proposal submission date from March 26, 2025, to April 2, 2025, at 2:00 PM, and to issue Amendment 2 to the Scope of Work along with a PPI Response. The amendment's instructions indicate that offers must acknowledge receipt before the new deadline to avoid rejection. It reiterates that all other terms and conditions from the original solicitation remain unchanged. The attached documents in Adobe PDF include details relevant to the amendment and scope updates. This amendment is a typical part of the procurement process for federal contracts, ensuring clarity and opportunity for contractors to submit updated proposals in response to modified requirements.
Apr 16, 2025, 2:05 PM UTC
This government document serves as an amendment to solicitation N40085-25-R-2585 for Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex. Its primary purpose is to extend the deadline for proposal submissions. The new due date for proposals has changed from April 2, 2025, at 2:00 PM to April 18, 2025, at 2:00 PM. The amendment includes instructions for contractors to acknowledge receipt before the specified deadline and clarifies that all other terms and conditions of the original solicitation remain unchanged. This document exemplifies standard procedures in government contracting, ensuring transparency and allowing contractors adequate time to prepare their submissions while adhering to federal guidelines.
Apr 16, 2025, 2:05 PM UTC
This document details an amendment to the solicitation N40085-25-R-2585 concerning Direct Digital Controls (DDC) system repairs at Building 527, Dam Neck Annex. The primary purpose of this amendment is to extend the proposal submission deadline from April 18, 2025, 2:00 PM to May 2, 2025, 2:00 PM. All other terms and conditions of the original solicitation remain unchanged and in effect. Contractors are required to acknowledge receipt of this amendment, which may be done through various methods such as completing specific items on the amendment document or providing a written acknowledgment. The document is structured to indicate changes and administrative modifications clearly, ensuring compliance with federal regulations related to contract modifications and solicitations. This amendment reflects the government’s procedural commitment to facilitating competitive bidding while ensuring compliance with procurement protocols.
Apr 16, 2025, 2:05 PM UTC
The government solicitation for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, Virginia Beach, Virginia (Solicitation No. N40085-25-R-2585), outlines a project intended to enhance control systems across various buildings within the annex. This entails demolishing and installing network modems and related equipment, with an estimated cost between $250,000 and $500,000. The project is set under an indefinite-delivery, indefinite-quantity (IDIQ) construction contract for qualified contractors, primarily targeting 8(a) certified businesses. Key deliverables include adherence to specified wage rates, compliance with performance requirements, and meeting a contract completion timeframe of 240 days. Proposals must be submitted by March 6, 2025, with a mandatory site visit on February 19, 2025. Awards will be based on a low price evaluation, with necessary documentation such as bid bonds and price proposal forms required. The document emphasizes the importance of early proposal submissions due to potential server issues and the non-reimbursement policy for proposal costs if funding becomes unavailable. This solicitation exemplifies the government’s structured approach in managing construction projects, ensuring competitive pricing, and compliance with regulatory standards.
Apr 16, 2025, 2:05 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
Buyer not available
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.
N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC?S, Naval Support Activity Hampton Roads Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build (DB) project to replace backup power generation systems, including Uninterruptible Power Supplies (UPS) and Programmable Logic Controllers (PLCs), at Naval Support Activity Hampton Roads in Norfolk, Virginia. The project requires contractors to conduct detailed studies, ensure compliance with safety regulations, and manage the installation of new systems while refurbishing existing generator switchgear. This initiative is critical for maintaining operational integrity and reliability of power systems at the facility, ensuring minimal disruption during construction. Interested contractors, particularly those holding the relevant Multiple Award Construction Contracts (MACC), should contact Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil or Kristy Gerrek at kristy.gerrek@navy.mil for further details.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring, ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548 for further details.
Multiple Award Construction Contract (MACC) - Large Scale Military Projects
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction projects, including design-build and design-bid-build methodologies, with a total contract value not to exceed $8 billion over an eight-year period. The projects will involve various construction activities such as new construction, renovation, and infrastructure improvements, supporting facilities like administrative buildings, warehouses, and maintenance hangars. Interested contractors must submit proposals by May 6, 2025, and are encouraged to contact Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This Design-Bid-Build project aims to enhance the facility's operational capabilities by rebuilding caisson seats, refurbishing the dock floor, and constructing new utility systems, with a focus on safety and environmental compliance. The modernization is critical for supporting submarine repairs and ensuring the Navy's long-term mission readiness. Interested contractors must submit their proposals electronically by June 6, 2025, with a minimum small business participation requirement of 20% of the contract value. For further inquiries, contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
INSTALL CANOPY FOR F-14 PAD & F-31 PAD AIRFIELD, NAS OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the installation of steel canopies over existing concrete pads F-14 and F-31 at Naval Air Station Oceana in Virginia Beach, Virginia. The project involves not only the installation of the canopies but also the repair or replacement of any existing work that may be altered during construction, ensuring that all work meets or exceeds the original conditions. This initiative is part of broader efforts to enhance airfield infrastructure and operations, with an estimated budget ranging from $500,000 to $1,000,000 and a completion timeline of 270 calendar days. Interested contractors, specifically those in the MACC Group ID: ML-C00075, must submit their proposals by May 2, 2025, and can direct inquiries to Abigail Reed at abigail.m.reed13.civ@us.navy.mil or by phone at 757-433-1029.
P325 HUMAN PERFORMANCE TRAINING CENTER
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Build project of the P-325 Human Performance Training Center at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project involves constructing a state-of-the-art 40,000 square foot facility aimed at enhancing the operational capabilities of Naval Special Warfare personnel, focusing on injury prevention, rehabilitation, and performance enhancement. The contract value is estimated between $25 million and $100 million, with a proposal submission deadline extended to May 9, 2025, and a pre-proposal site visit scheduled for March 20, 2025. Interested contractors can contact Angela Clifton at angela.j.clifton2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further details.