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
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, Virginia Beach, Virginia. The project involves the demolition and installation of DDC network modems across multiple buildings within the annex, aimed at modernizing control systems critical for operational efficiency. This initiative reflects the government's commitment to maintaining and enhancing 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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    This document is an amendment to solicitation N40085-25-R-2585 concerning Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, effective from April 28, 2025. The amendment extends the deadline for offer submissions and outlines changes to the scope of work as well as the inclusion of additional documentation. Attachments consist of PPI (preparation and planning input) responses, spreadsheets, an amendment narrative, and a photograph of the server rack section. Contractors must acknowledge receipt of the amendment to ensure their offers are considered, as failure to do so may result in rejection. This document is pertinent for ensuring compliance with federal contracting procedures and clarifying requirements for involved contractors.
    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.
    Lifecycle
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the conference room HVAC system at the Navy Gateway Inns & Suites (NGIS) Oceana, Building 460, located in Virginia Beach, Virginia. The project entails inspecting, removing, and replacing non-functional components of a 7.5-ton Trane HVAC unit to restore its full operational capability, with a completion timeline of 21 calendar days following the Notice to Proceed. This contract, estimated at less than $25,000 and funded by Navy Non-Appropriated Funds, is not a small business set-aside and requires compliance with various safety and building codes. Quotes are due by December 9, 2025, at 3:00 PM ET, and interested contractors should direct inquiries and submissions to the Contracting Officer, Kaitlyn Garcia, at kaitlyn.garcia@nexweb.org, or the Contract Specialist, Leanat Delacruz, at leanat.delacruz@nexweb.org.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, 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 services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    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.
    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.
    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.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.