Backfill and Repair Excavation near Building 188
ID: N6247325RJ507Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is soliciting bids for a project titled "Backfill and Repair Excavation near Building 188." This procurement aims to address excavation needs, specifically focusing on backfilling and repairing areas surrounding the designated building. Such construction activities are crucial for maintaining the integrity and safety of military facilities, ensuring they meet operational standards. Interested contractors can reach out to primary contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or by phone at 559-998-3844, or secondary contact Antonio Harley at antonio.b.harley2.civ@us.navy.mil or 559-998-2086 for further details regarding the solicitation process.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replace ruptured air release valve on the sewer force main
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is seeking contractors to replace a ruptured air release valve on the sewer force main. This procurement involves the repair or alteration of miscellaneous buildings, specifically under the NAICS code 236220, which pertains to commercial and institutional building construction. The successful contractor will play a crucial role in maintaining the functionality and reliability of the sewer system, which is vital for operational efficiency. Interested parties should reach out to Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or call 559-998-3844 for further details regarding the solicitation process.
    B1846 Drain Lines Replacement
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast, is seeking contractors for the B1846 Drain Lines Replacement project. This procurement involves the replacement of drain lines, which is critical for maintaining the functionality and safety of the facilities under the Navy's jurisdiction. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized as an 8(a) set-aside, encouraging participation from small disadvantaged businesses. Interested contractors can reach out to Kyle Rogers at kyle.p.rogers2.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil for further details, with the expectation of a competitive bidding process.
    N62473-24-R-0046 P-180 Naval Innovation Center, NSAM, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the construction of the P-180 Naval Innovation Center located at Naval Support Activity Monterey, California. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance the capabilities of the Naval Innovation Center. The procurement process is critical for ensuring that qualified contractors can effectively contribute to the development of this facility, which is vital for advancing naval innovation and technology. Interested contractors should direct their inquiries to Baylee Hubbell at baylee.e.hubbell.civ@us.navy.mil or Christina Laudick at christina.d.laudick.civ@us.navy.mil, with the proposal submission details and deadlines outlined in the solicitation documents.
    Maintenance Dredging Phase -3, Maebata and Hario Shima at Commander Fleet Activities, Sasebo (CFAS), Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting bids for the Maintenance Dredging Phase -3 project at Commander Fleet Activities, Sasebo (CFAS), Japan. This project involves conducting survey and dredging works to ensure safe navigation for Naval Ships and Tankers at designated wharves and piers, including the transportation and treatment of excavated sediment materials. The work is critical for maintaining operational readiness and safety in naval operations, and it encompasses incidental related tasks as outlined in the project specifications. Interested contractors can reach out to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or by phone at 011-81-956-50-2394 for further details regarding the solicitation.
    DJIBOUTI MACC
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Europe Africa Central, is soliciting proposals for the DJIBOUTI MACC project, which involves commercial and institutional building construction. The procurement aims to address the repair or alteration of miscellaneous buildings, emphasizing the importance of maintaining and enhancing military infrastructure in the region. Interested contractors can reach out to Myangela Buescher at myangela.h.buescher.civ@us.navy.mil or Virginia Ryerson at virginia.ryerson.civ@us.navy.mil for further details. The solicitation is currently open, and potential bidders are encouraged to prepare their submissions accordingly.
    Pre-Solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB) / Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for Commander Fleet Activities Sasebo, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is pre-soliciting for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Design Build (DB) and Design-Bid-Build (DBB) construction services at Commander Fleet Activities Sasebo, Japan. This multiple award construction contract (MACC) aims to support various construction projects, focusing on commercial and institutional building construction, as well as the repair or alteration of miscellaneous buildings. The opportunity is significant for contractors looking to engage in military construction projects in the region, with the potential for multiple task orders under the IDIQ framework. Interested parties can reach out to Heather Seibold at heather.a.seibold.civ@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further details.
    Excavating Equip - NTC 25-06
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide excavating equipment, including two dump trucks and two backhoes with trailers, under a Firm-Fixed-Price Contract at Fort Irwin, California. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of small business participation in supporting military training operations while ensuring compliance with California Air Regulations. The contract period is set from March 12 to May 2, 2025, with submissions due by February 28, 2025. Interested parties should direct inquiries to SSG David Garcia at david.j.garcia160.mil@army.mil or Darnyell Parker at darnyell.c.parker.civ@army.mil for further details.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a Special Notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility, which includes Washington D.C., Virginia, and Maryland. This procurement aims to engage contractors for large-scale construction projects, with a maximum contract value of $8 billion, structured over a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and construction of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties can contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or call 202-716-5845 for further details and to access project drawings and specifications.
    DESIGN-BUILD NSWCPD PACKAGE 2 ? B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Design-Build NSWCPD Package 2, which includes critical repairs and upgrades at the Philadelphia Naval Yard Annex. The project encompasses emergency exit and egress pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is vital for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 10, 2025, with a site visit scheduled for February 20, 2025, and the contract completion expected within 400 calendar days post-award. Interested contractors can reach out to Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking proposals for a Regional Job Order Contract (JOC) for General Construction, with an estimated total contract value not to exceed $99 million. This procurement aims to provide all necessary labor, materials, and supervision for minor construction, repairs, and alterations at various naval installations within the NAVFAC Northwest Area of Responsibility, primarily located in Washington State. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection process, emphasizing corporate experience, safety, past performance, and technical solutions. Interested 8(a) firms must submit proposals by late April 2025, with the contract award anticipated by late June 2025. For further inquiries, contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil.