CEP 201 & 209 Office Renovation, Naval Station Norfolk, Norfolk, Virginia
ID: N4008525R2622Type: Special Notice
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
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 10, 2025, 12:00 AM UTC
  3. 3
    Due Mar 24, 2025, 6:00 PM UTC
Description

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.

Files
Title
Posted
Apr 16, 2025, 6:06 PM UTC
The CEP-200 & 209 Office Renovations project at Naval Station Norfolk, Virginia, solicited under Solicitation No. N4008525R2622, involves general construction and renovation of office suites within specified buildings. The work includes replacing flooring, ceilings, building a new electrical closet, and constructing temporary trailers to house 72 workstations. The total area affected is approximately 14,822 square feet, with an estimated budget between $1 million and $5 million. Selected contractors under the Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Construction Contract (MACC) will be invited to propose. Key deadlines include a site visit on April 2, 2025, and proposal submission by April 25, 2025. The project requires compliance with specific labor wage rates, liquidated damages for delays, and completion within 750 calendar days. Proposals will be evaluated based primarily on pricing, and the contract will be awarded to the lowest responsible offeror. Providing a bid guarantee bond is mandatory, and all proposals must adhere to the specified submission protocol through the PIEE Solicitation Module. This RFP highlights the government’s approach to efficiently procure construction services while ensuring compliance with established regulations and statutory requirements.
Mar 10, 2025, 3:06 PM UTC
The document outlines the interior finishes specifications for a construction project, focusing on various materials and their respective details. It includes an acoustical ceiling tile from Armstrong, latex paint options from Sherwin Williams in specific colors, and plastic laminate sourced from Wilsonart. Additionally, it specifies solid surface materials from HI-MACS and rubber base products from Tarkett, as well as luxury vinyl tile from Patcraft in a light neutral tone. The document also details corner guards, signage systems from 290 Sign Systems in a dark grey background with complementary colors, and window treatments from SWF Contract featuring aluminum mini blinds. This sheet serves as a reference for contractors and suppliers responding to federal or state/local Requests for Proposals (RFPs) and grants, ensuring compliance with the specified materials and finishes in construction projects. The level of detail indicates a structured approach to selecting and implementing quality interior finishes, vital for achieving desired design aesthetics and functionality in public environments.
Apr 16, 2025, 6:06 PM UTC
The CEP 200 & 209 Office Renovation Project at Naval Station Norfolk, Virginia, primarily focuses on renovating three office suites in buildings CEP 200 and CEP 209. The renovation entails replacing flooring, ceilings, and constructing new walls for modernized office space, totalling approximately 8,477 square feet. Additionally, temporary office trailers will be constructed to accommodate staff during renovations, providing 72 workstations. The document comprises extensive specifications, including procurement and contracting requirements, safety protocols, quality control measures, and submittal procedures. It outlines key administrative processes, such as project scheduling and invoicing, using an electronic management system for streamlined communication and compliance. The emphasis is on minimal disruption to ongoing operations at the naval station and adherence to safety and environmental regulations. This project is indicative of the government’s commitment to improving military facilities while ensuring operational continuity and safety compliance during renovations.
Apr 16, 2025, 6:06 PM UTC
The document pertains to the renovation project for buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia, managed by the Naval Facilities Engineering Systems Command (NAVFAC). The primary goal is to undertake a comprehensive office renovation, including partial demolition in specified areas. The renovation process consists of multiple phases: initial improvements for temporary trailers, followed by specific office renovations in designated rooms, and finally site restoration post-demolition. The project involves the removal of hazardous materials, including asbestos-containing materials, and careful demolition to minimize disruptions to ongoing operations within the buildings. The plans include detailed sheets outlining the layout changes, demolition activities, and the necessary logistical considerations to maintain safety and compliance with existing codes, such as NFPA and ADA guidelines. Emphasis is placed on preserving life safety egress pathways and coordinating utility disruptions during construction. Key features include the management of indoor environmental quality through temporary barriers and maintaining operational integrity. The comprehensive nature of the drawings and the structured phases indicate a thorough approach to facility upgrades, aligning with federal safety and environmental regulations, signaling NAVFAC's commitment to maintaining and enhancing military infrastructure.
The file outlines wage determinations for building construction projects in Norfolk County, Virginia, compliant with the Davis-Bacon Act. It specifies minimum wage rates for various classifications of labor and contractor obligations under Executive Orders 14026 and 13658, which set wage minimums based on contract award dates and renewals. For contracts effective after January 30, 2022, workers must be paid at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 hourly. The document lists prevailing wage rates for a range of construction trades, detailing both hourly rates and fringe benefits, along with holiday and vacation notes. It also addresses potential wage determination appeals, clarifying the processes for interested parties to contest decisions made regarding wage classifications. This document serves as a critical guideline for federal contractors in ensuring compliance with wage laws and promotes fair labor practices in public construction projects. Overall, it provides vital information for maintaining standards in government contracts.
Apr 16, 2025, 6:06 PM UTC
The document is currently inaccessible and provides a message indicating that the PDF viewer may need to be upgraded to display its content. Therefore, it lacks substantive details necessary for summarizing any specific RFPs, grants, or related information regarding federal or state/local initiatives. If the content were available, the expected summary would encapsulate key points such as the main focus of the RFP or grant, the intended outcomes, eligibility criteria for applicants, and any relevant deadlines or guidelines for proposal submissions. It would aim to convey the essence of the solicitation while adhering to the expectations set forth in government communication, focusing on clarity and relevance to potential stakeholders. Unfortunately, without the actual content of the document, a comprehensive summary cannot be created.
Apr 16, 2025, 6:06 PM UTC
The document revolves around a federal engagement involving Samantha Lawler, associated with NAVFAC (Naval Facilities Engineering Command). It contains essential personnel information including her contact details, role, and involvement in an unspecified operation titled "OP INTLREQ". Additionally, it notes her affiliation with a sponsor command and highlights key contact information for further communication, including an email address. However, the file lacks extensive context, making it challenging to ascertain the specific nature of her duties or the operational focus of the engagement. The document serves as a basic record within the framework of federal operational requests and communication tracking, emphasizing the structured nature of government processes while remaining vague about broader implications or project specifics.
Apr 16, 2025, 6:06 PM UTC
The document pertains to the N4008525R2622 Request for Proposals (RFP) for renovation projects at Naval Station Norfolk in Virginia. It is specifically focused on office renovations under project codes CEP 200 and 209. Key elements include the project location, intent to solicit proposals, and a submission form for pre-proposal inquiries. The inquiries indicate a structured process for contractors wishing to bid on the renovations, ensuring that potential bidders can clarify their questions regarding project specifications, requirements, and terms before submitting their proposals. This RFP highlights the federal government's emphasis on structured procurement practices for construction projects, aimed at achieving efficiency and compliance within the renovation needs of military facilities.
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register within the PIEE platform, designed for the Department of Defense (DoD) to streamline garnering solicitations and responses. It defines two roles for vendors: Proposal Manager and Proposal View Only, with specific actions assigned to each. New users are guided through self-registration steps, including creating a user ID, profile setup, and role selection, culminating in submission confirmation. Existing users can add roles through their accounts. The guide also provides links for account support and technical assistance, emphasizing the importance of keeping profile information updated for effective use of the platform. The Roles and Actions/Functions Matrix delineates task capabilities for each role, reinforcing the structured approach to vendor participation in DoD acquisitions. The clear procedural instructions aim to facilitate vendor engagement and ensure compliance with government procurement processes.
Apr 16, 2025, 6:06 PM UTC
The file details the CEP 200/209 Office Renovation Project at Naval Station Norfolk, Virginia, overseen by NAVFAC Mid-Atlantic. It outlines the contractual requirements for bidders through a comprehensive bid schedule and price proposal form. The project encompasses multiple Contract Line Items (CLINs), including repairs, asbestos abatement, and installation of furniture, fixtures, and equipment (FF&E). Notably, CLIN 0001 involves various renovation tasks, while CLIN 0002 addresses the procurement of FF&E. The bid notes specify that the awarded price will be fixed, with options evaluated for potential adjustments. Important considerations include bonding requirements and the government’s discretion regarding subawards. The document emphasizes a structured approach for contractors, ensuring all work meets specified drawings and compliance standards while maintaining flexibility for potential modifications before the project’s completion. This initiative reflects the government’s commitment to enhancing infrastructure at military facilities, ensuring safety, and fulfilling operational needs.
Apr 16, 2025, 6:06 PM UTC
The document outlines the acknowledgment of amendments related to a government Request for Proposal (RFP). It provides a structured format for offerors to officially recognize amendments made to the RFP, including spaces for the amendment numbers and dates. The file requires the submission details to be filled out by the offeror, including their name, the authorized individual's signature, and the submission date. This procedural document is essential for compliance and clarity in the bidding process, ensuring that all parties involved are aware of the changes made to the initial proposal and can respond accordingly. By signing, offerors confirm their understanding and acceptance of the amendments, reinforcing the integrity of the procurement process in government contracting.
Apr 16, 2025, 6:06 PM UTC
The document outlines the provisions related to federally contracting for telecommunications and video surveillance services or equipment as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It establishes that Offerors are prohibited from providing covered telecommunications equipment or services as part of their contracts with the government. The Offeror must not complete certain representations if they have already indicated in previous sections that they do not provide or use these restricted items. The document delineates a thorough process for Offerors, including definitions of key terms, a review of prohibited items, and the necessary disclosures to make when responding to solicitation. Offerors must conduct a reasonable inquiry and provide detailed information about any covered equipment or services if they affirmatively state that they will or do use them. This provision aims to safeguard national security by ensuring federal contracts do not inadvertently support systems that utilize potentially harmful or compromised telecommunications technologies. The comprehensive structure ensures clarity for compliance in federal contracts, thereby protecting government interests and upholding legal requirements.
Apr 16, 2025, 6:06 PM UTC
The document outlines regulations prohibiting the use of certain applications and products by federal contractors as part of federal contracts. Key provisions include the FAR 52.204-27, which bans the use of ByteDance's TikTok on government devices, and requires contractors to ensure compliance in subcontracts. The Federal Acquisition Supply Chain Security Act (FASCSA) also imposes restrictions on the use of specific covered articles from designated sources, mandating that offerors verify compliance through inquiries in the System for Award Management (SAM). Moreover, the document includes provisions regarding the prohibition of certain procurements from the Xinjiang Uyghur Autonomous Region to prevent the use of forced labor in production. Another critical aspect addresses restrictions on business operations connected to Russian fossil fuels, establishing compliance representation requirements for offerors to confirm they do not engage with specific entities or industries within these parameters. Overall, these regulations collectively enhance security and ethical procurement within federal contracting practices, ensuring alignment with national security and human rights considerations.
Apr 16, 2025, 6:06 PM UTC
The document outlines the structural interior design package for the renovation of Buildings CEP-200 and CEP-209 at Naval Station Norfolk, set for completion by May 1, 2024. Key elements include the selection of durable finishes, such as Luxury Vinyl Tile (LVT) for flooring, rubber base throughout, and acoustical ceiling tiles for office spaces. Additionally, the plan details interior painting with specified accent colors. A detailed points of contact list is provided, including key project personnel. The document includes specific layout plans, signage schedules, and finish boards for interior design, emphasizing compliance with accessibility and design standards. The furniture plan indicates coordination is required for the procurement and installation of new furniture, which is not included in the base construction contract but might be funded separately. Overall, this document serves to guide the renovation project, ensuring aesthetic consistency and structural integrity while adhering to government specifications and standards.
Lifecycle
Title
Type
Similar Opportunities
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the renovation of the CEP-200 and 209 offices at Naval Station Norfolk in Virginia. This project falls under the category of commercial and institutional building construction, specifically focusing on the repair or alteration of miscellaneous buildings. The renovations are crucial for maintaining operational efficiency and ensuring a conducive work environment for personnel stationed at the facility. Interested contractors should note that the proposal due date has been extended to May 30, 2025, at 1400 local time, and must acknowledge receipt of the amendment to the solicitation. For further inquiries, potential bidders can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or Kathryn Arnold at kathryn.arnold@navy.mil.
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.
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 the installation of RF shielding, reconfiguration of spaces, and establishment of secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors, specifically those holding the appropriate indefinite-delivery contracts, must submit their proposals by May 5, 2025, following a mandatory site visit on April 9, 2025, and inquiries due by April 22, 2025. For further information, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
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.
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.
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.
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.
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.
LP-40 Install In-Line Receipt Filtration, Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. This procurement involves the demolition of an existing aboveground fuel filtration system and the installation of a new filtration system, including necessary electrical work, all to be completed within 270 calendar days post-award. The project is critical for enhancing fuel filtration capabilities at the naval facility, ensuring compliance with safety and operational standards. Proposals are due by May 21, 2025, with a mandatory site visit scheduled for April 8, 2025. Interested contractors should contact Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil or (757) 341-0564 for further details.