INSTALL CANOPY FOR F-14 PAD & F-31 PAD AIRFIELD, NAS OCEANA
ID: N4008525R2652Type: 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 OTHER AIRFIELD STRUCTURES (Z2BZ)

Set Aside

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

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 the final condition meets or exceeds the original state. 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.

Point(s) of Contact
Files
Title
Posted
The document outlines the installation of canopies at F-14 and F-31 pads at NAS Oceana in Virginia Beach, VA. It includes essential project specifications such as work description, location, and necessary safety and operational procedures during construction. The work involves providing steel canopies over existing concrete pads and maintaining access for maintenance personnel. The contracting process requires approvals for various submittals and adherence to safety protocols. Key sections detail the administrative requirements, pricing and payment procedures, construction schedules, and use of the Navy's Electronic Construction and Facility Support Contract Management System (eCMS). The document emphasizes the importance of scheduling, quality control, and compliance with safety regulations while ensuring minimal disruption to ongoing activities at the airfield. Overall, it serves as a comprehensive guide for contractors engaged in federal government projects, emphasizing procedural consistency and clarity for successful project execution.
Apr 3, 2025, 8:05 PM UTC
The document outlines a project planned by the U.S. Navy to install canopies at the F-14 and F-31 pads at Naval Air Station Oceana in Virginia Beach, VA. The scope includes detailed design and engineering drawings prepared by the Naval Facilities Engineering Systems Command - Mid-Atlantic. The project specifications indicate necessary site improvements, including the installation of structural canopies, with corresponding plans to ensure compliance with applicable building codes and safety regulations. The approved plans encompass various engineering disciplines, including civil, structural, electrical, and mechanical systems, highlighting the integrated nature of the work. Key directions include strict adherence to operational protocols to maintain functionality around working airfield areas and specific construction guidelines to mitigate risks during demolition and installation activities. The plans emphasize maintaining current security protocols while coordinating necessary approvals with facility staff, showcasing the Navy's efforts to modernize infrastructure while ensuring operational continuity and safety. This document serves as a crucial reference for contractors to understand the project requirements and expectations as part of government-funded infrastructure enhancements.
The given document is inaccessible as it directs users to open a PDF portfolio in specific versions of Adobe Reader. Therefore, content related to federal RFPs, grants, and state/local procurement processes cannot be analyzed, summarized, or critiqued due to the absence of readable material. The document may contain vital information on federal and state funding opportunities, program guidelines, and procedural requirements. A comprehensive summary cannot be provided without examining the actual content. Future submissions of accessible documents will enable a thorough analysis and summary.
Apr 3, 2025, 8:05 PM UTC
The document is heavily corrupted and unreadable, rendering it impossible to extract coherent information or identify a main topic. It appears to involve various governmental aspects, potentially connected to RFPs (Requests for Proposals) or grants. However, the content does not present any discernible themes, structures, or issues, making it difficult to summarize key points or ideas. The lack of clarity and structure raises concerns about the document's integrity, thereby preventing any objective analysis or meaningful summary of its content. Additional efforts may be required to recover or access a version of the document suitable for analysis.
Apr 3, 2025, 8:05 PM UTC
Due to the inability to access the document contents, a summary cannot be generated at this time. The document appears to contain information about government RFPs, federal grants, and local RFPs, but specific details are inaccessible. If the content is provided, a comprehensive summary can be constructed. Please resubmit the file or its contents for analysis and summarization.
Apr 3, 2025, 8:05 PM UTC
The document outlines essential information required for a federal or governmental processing system, specifically focusing on mandatory fields for submitting a request, likely in the context of RFPs or grants. It includes fields such as personal identification details (last name, first name, middle name), facility and company affiliation, contact information for sponsors (email and phone number), and project specifics like start and end dates. Additionally, it specifies access hours and flight line availability, indicating potential relevance to aviation or military contexts. The data gathered through these fields appears to be crucial for enabling effective communication and coordination between sponsors and the responsible agencies while ensuring compliance with relevant federal guidelines. Overall, this structured format serves to streamline the collection of pertinent information necessary for processing requests effectively within government operations.
Apr 3, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) concerning the installation of canopies at the F-14 and F-31 pads at the NAS Oceana Airfield. The solicitation number is N4008525F2652, with a proposal cut-off date set for April 25, 2025. The main objective is to identify potential offerors who can fulfill the project requirements effectively. The document specifies the essential details such as the project’s title, the relevant drawing number, and submission instructions. It serves as a foundational communication for contractors and service providers interested in participating in the bidding process. The emphasis is on outlining the scope of work to ensure compliance with federal standards and local regulations during the construction phase. This initiative is part of broader governmental efforts to improve airfield infrastructure and operations.
Apr 3, 2025, 8:05 PM UTC
The document outlines a provision (52.204-24) related to telecommunications and video surveillance services and equipment in federal contracting. It mandates that Offerors must refrain from completing certain representations if they have previously indicated they do not supply or use covered telecommunications equipment or services. The provision defines "covered telecommunications equipment or services" and establishes prohibitions based on Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, which prevents federal agencies from procuring any such equipment or services after specific dates. Offerors must also conduct due diligence by reviewing the excluded parties list in the System for Award Management (SAM). The representation requires Offerors to disclose if they provide or use covered telecommunications, including detailed information on the equipment or services offered. This provision is significant in the context of federal RFPs, emphasizing compliance with security standards and the prohibition of potentially harmful technologies, thus ensuring the integrity of government contracts.
Apr 3, 2025, 8:05 PM UTC
The Oceana 8A IDIQ project outlines requirements for construction projects at the Naval Air Station Oceana, detailing roles, responsibilities, and regulations within a comprehensive framework. Key sections include general requirements for contractors, including safety protocols, quality control, submission procedures, and payment processes. The contract mandates prior government approval for specific submittals, emphasizes compliance with safety standards, and requires coordination during construction to avoid disrupting operations at occupied buildings. Contractors must prepare construction and design schedules, ensuring adherence to deadlines while managing existing conditions and utilities. Specific tasks include reporting progress, obtaining necessary permits, and following strict security protocols for contractor personnel access. Environmental control measures, waste management, and closeout procedures are also outlined, ensuring compliance with federal and state regulations. This document is critical as it governs federally funded projects, establishing procedures to ensure quality, safety, and efficiency in construction while minimizing disruption, which is vital for maintaining operational integrity at military facilities. The emphasis on detailed scheduling, communication, and adherence to safety reflects a broader commitment to effective resource management and project execution within government contexts.
Apr 3, 2025, 8:05 PM UTC
This document outlines the procedures for gaining access to NAS Oceana (NASO), Dam Neck Annex (DNA), and the DEVGRU compound. It specifies two Excel spreadsheets and one Word document necessary for requesting access, highlighting the vetting process through local and national data systems for background checks. For general access to NASO/DNA excluding DEVGRU, contractors must submit a Sponsor Verification Spreadsheet via email, detailing access requirements and personnel information. Flight line vehicle access requests require a separate Word document, necessitating justification for vehicle necessity and completion of specified information. Access to DEVGRU is contingent upon first obtaining NASO/DNA access, with requests submitted via a DEVGRU Excel spreadsheet. Applicants must ensure all data is accurately filled, as background checks are conducted by DEVGRU security. Overall, the document emphasizes strict guidelines for access requests to enhance security protocols at military installations, ensuring only vetted personnel are granted entry to sensitive areas. Contractors seeking access are encouraged to verify processing timelines and maintain communication with respective offices for assistance during the request process.
Apr 3, 2025, 8:05 PM UTC
The document outlines Solicitation No. N40085-25-R-2652 for the installation of canopies over F-14 and F-31 pads at NAS Oceana in Virginia Beach, VA, under the Naval Facilities Engineering Systems Command, Mid-Atlantic. This project is part of an indefinite-delivery, indefinite-quantity construction contract (IDIQ) set aside for 8(a) contract holders. The estimated budget ranges from $500,000 to $1,000,000 with a contract completion timeline of 270 calendar days. Interested contractors must submit proposals by May 2, 2025, with the award based on the lowest price criteria. The document includes key details on proposal requirements, such as necessary forms and supporting documentation, along with compliance expectations regarding wage rates and bonding. A site visit for bidders is scheduled for April 17, 2025, with additional instructions for badging and access. Overall, the solicitation emphasizes the need for qualified contractors to adhere to government standards and complete the project efficiently while ensuring a competitive bid process for the benefit of the Navy.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
REPAIR FIELD LIGHTING/ADD TIMER- FIXTURES AND CROSSMEMBERS, BLDG 624, NAS OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the repair of field lighting and the addition of timer fixtures and cross members at Building 624, Naval Air Station Oceana in Virginia Beach, Virginia. The project involves the demolition of existing lighting fixtures and electrical components, followed by the installation of new LED fixtures and necessary controls, with a completion timeframe of 120 days from the award date. This initiative is crucial for enhancing safety and operational efficiency at military facilities, with an estimated budget ranging from $250,000 to $500,000. Interested contractors under the 8(a) IDIQ MACC construction contract must submit proposals by April 17, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including RF shielding, reconfiguration of spaces, and the establishment of secure entrances, with a focus on consolidating study and training support infrastructure. This initiative is crucial for maintaining operational security and safety within military facilities. The estimated budget for this project ranges from $5 million to $10 million, with proposals due by May 5, 2025, and inquiries accepted until April 16, 2025. Interested contractors must contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623 for further details.
Q-1075 SOF OPERATIONS BUILDING ADDITION AND RENOVATION, NAVAL AIR STATION OCEANA, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking qualified small business firms for the construction of the Q-1075 Special Operations Forces (SOF) Operations Building Addition and Renovation at Naval Air Station Oceana in Virginia Beach, Virginia. This project involves a two-story addition and renovations to the existing Building 368, which will expand high-bay space, enhance operational areas, and incorporate necessary cybersecurity measures and Anti-Terrorism/Force Protection features. The estimated construction cost ranges from $25 million to $100 million, with the contract award anticipated in September 2025. Interested firms must submit their qualifications, including bonding capacity and relevant project experience, by April 18, 2025, to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil.
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.
P-222: DBB MQ-25 AIRCRAFT LAYDOWN FACILITIES, NSN, VA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the construction of the P-222 MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Virginia. The procurement involves a firm fixed price construction contract that requires adherence to specific brand name or equal descriptions for approximately 55 items across various design disciplines, ensuring compliance with established quality and performance standards. This project is critical for enhancing the operational capabilities of the MQ-25 aircraft, necessitating high-performance materials such as acoustical tiles, chemical splash curtains, and durable flooring options from recognized manufacturers. Interested parties should direct inquiries to Catharine Keeling at catharine.a.keeling@navy.mil by 2:00 PM Eastern Time on April 22, 2025, as this notice serves as a preliminary announcement and is not a request for proposals.
P-993/995, F-35 AIRCRAFT SUSTAINMENT CENTER AND COMPOSITE REPAIR FACILITY, MARINE CORPS AIR STATION (MCAS) CHERRY POINT, NORTH CAROLINA.
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the F-35 Aircraft Sustainment Center and Composite Repair Facility at Marine Corps Air Station Cherry Point, North Carolina. This project involves the development of a 255,461 square foot hangar to support 20 F-35 aircraft, including maintenance bays, administrative spaces, and specialized repair facilities for advanced composites and rotor blades, with a focus on sustainability and the use of eco-friendly materials. The anticipated award for preconstruction services is scheduled for May 2025, with construction contracts targeted for February 2026. Interested contractors must submit their proposals by April 15, 2025, and can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further information.
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.
P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which includes the demolition of existing structures and the establishment of various operational spaces to support Navy personnel. The facility is critical for enhancing military operational capabilities and must adhere to stringent federal construction standards, including compliance with safety, security, and environmental regulations. Interested contractors must submit their proposals electronically by the extended deadline of April 15, 2025, with a total project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
Y--Design-Bid-Build Contract P1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the construction of P-1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California. The project includes the construction of new airfield paving, a parking apron, wash rack, taxiway, and a helipad in support of VRM-30 CMV-22B aircraft squadron. The estimated price range for construction is between $25,000,000 and $100,000,000. The RFP will be available on the Navy Electronic Commerce Online (NECO) website by 15 March 2019. A pre-proposal conference including a site visit will be conducted.
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 and 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 757-341-1667 for further details.