Vertical Skills Instructional Facility - Joint Base McGuire-Dix-Lakehurst, NJ
ID: W912QR25R0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MAINTENANCE BUILDINGS (Y1EB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vertical Skills Instructional Facility at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project, estimated to cost between $10 million and $25 million, is designated as a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses in federal contracting. The facility will serve as a training space, featuring various instructional areas and adhering to strict safety and quality standards, including compliance with federal regulations such as the International Building Code and National Fire Protection Association standards. Interested contractors must submit their proposals electronically by February 20, 2025, and can direct inquiries to Adam Brooks at adam.m.brooks@usace.army.mil or by phone at 502-315-7049.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to Solicitation W912QR25R0014 for constructing a Vertical Skills Instructional Facility at Joint Base McGuire-Dix-Lakehurst, New Jersey. The amendment addresses specific changes to the solicitation, including the replacement of certain specifications and plan sheets. Notably, the amendments involve the complete replacement of various specifications related to content management, HVAC distribution, and metal building systems. Additionally, new specifications for a pre-engineered building-mounted metal canopy have been added. Critical updates are also made to wage decisions, replacing outdated wage decisions with new entries dated January 3, 2025. The amendment emphasizes that all previous terms and conditions remain intact, and that acknowledgment of the amendment is required from contractors to prevent rejection of offers. This document highlights procedural updates necessary for compliance with government contracting standards, emphasizing the importance of timeliness and adherence to revised requirements in federal construction contracts.
    The document is an amendment to the solicitation W912QR25R0014 for constructing a Vertical Skills Instructional Facility at Joint Base McGuire-Dix-Lakehurst, New Jersey. The amendment extends the response due date for offers from 2:00 PM EST on February 10, 2025, to 2:00 PM EST on February 13, 2025. All other terms and conditions of the original solicitation remain unchanged. The amendment specifies that contractors must acknowledge receipt of this amendment before the new deadline, or their offers may be rejected. This change underscores the administrative process required to ensure compliance with federal solicitation procedures, emphasizing the importance of precise acknowledgment and timely responses in federal contracting. The purpose of this document is to formalize changes to the solicitation timeline while maintaining the integrity of the existing terms and conditions.
    The document amends Solicitation W912QR25R0014 concerning the construction of a Vertical Skills Instructional Facility at Joint Base McGuire-Dix-Lakehurst, New Jersey. Key modifications include the complete replacement of three specifications related to submittals, sustainable reporting, and toilet accessories. Additional plumbing and mechanical plans have been integrated, alongside revisions to two wage decisions, originally dated January 2025, now updated to February 2025. Notably, the response due date has been postponed from February 13, 2025, to February 19, 2025, at 2:00 PM EST. All other terms and conditions of the original solicitation remain unchanged. This amendment is crucial for interested contractors to ensure they are aware of the updated requirements and timelines associated with this project. The overall intent is to facilitate the orderly progress of the solicitation and ensure compliance with the standard federal contracting regulations.
    This document serves as an amendment to Solicitation W912QR25R0014 for the construction of a Vertical Skills Instructional Facility at Joint Base McGuire-Dix-Lakehurst, New Jersey. The amendment introduces several key changes: it replaces the Wage Decision NJ20250001 dated 07 February 2025 with a revised version dated 14 February 2025, and it extends the response deadline from 2:00 PM EST on 19 February 2025 to 2:00 PM EST on 20 February 2025. Additionally, it emphasizes that all other terms and conditions of the original solicitation remain unchanged. The central aim of this amendment is to ensure compliance with updated wage decisions and to provide interested parties with additional time to prepare their proposals, aligning with standard practices in government contracting and procurement processes. This event reflects the ongoing management and adjustments typical within federal RFPs, ensuring adherence to labor standards and contractor readiness for proposal submission.
    The U.S. Army Mission and Installation Contracting Command (MICC) is requesting a Class Justification and Approval (J&A) to procure HVAC chillers exclusively from four selected manufacturers (Trane, Carrier, Daikin/McQuay, and York) for lifecycle replacements and new installations at Army garrisons in the continental U.S., Hawaii, and Puerto Rico. This decision, based on the HVAC Chiller Category Intelligence Report, aims to standardize equipment, reduce the total cost of ownership over their 15-year lifecycle, and create efficiencies in maintenance and operations. The J&A will enable military contracting activities to solicit contracts for approximately 621 chiller replacements over five years, utilizing both Operations and Maintenance and Military Construction funding. Limited competition will be expected among approved vendors, with an emphasis on supporting small businesses in accordance with government procurement policies. Implementing this chiller standardization is projected to yield significant cost savings by minimizing training and certification expenses for multiple brands. Failure to approve the J&A could result in continued inefficiencies and increased operational costs due to the existing diverse inventory of HVAC chiller brands. The market research indicates the strategy aligns with the Army's goal of improving operational effectiveness while ensuring compliance with federal procurement regulations.
    The document outlines the request for proposals (RFP) concerning the construction of a Vertical Skills Instruction Facility at Joint Base McGuire-Dix-Lakehurst. The facility aims to accommodate various instructional programs, featuring twenty-four instructional booths, two teaching booths, a carpentry work area, and supporting spaces like classrooms and offices. Safety and fire protection measures adhere to specified codes including the International Building Code (IBC) and National Fire Protection Association (NFPA) standards. The building is classified under mixed-use occupancy, primarily featuring commercial and moderate-hazard industrial spaces. Additionally, life safety design principles including egress capacity, fire resistance ratings, and interior finish classifications are thoroughly analyzed. The facility is required to fulfill comprehensive fire and smoke alarm systems, as well as mass notification systems, ensuring readiness for emergencies. An erosion and sediment control plan addresses environmental management during construction activities. The submission concluded with structural specifics and plans for ensuring compliance with municipal and federal guidelines, emphasizing safety, functionality, and adherence to established codes.
    The document outlines the specifications for the Vertical Skills Instruction Facility Building project at Joint Base McGuire-Dix-Lakehurst, managed by the US Army Corps of Engineers. The proposal focuses on the construction and demolition requirements, including site utility plans, pavement details, and infrastructure improvements. Specific tasks mentioned include the removal and installation of utilities, asphalt courses, concrete sidewalks, and paving details, specifically geared towards compliance with federal guidelines. Key highlights include the preparation of site conditions, management of existing utilities, adherence to NJDOT standards, and the construction of foundation systems, roof structures, and reinforced walls—all aimed at ensuring durability and safety. The project also addresses environmental considerations, such as the management of asbestos in existing infrastructure and water retention systems. Overall, the document serves as a formal request for proposals, detailing all necessary construction protocols and engineering standards crucial for contractors participating in the bidding process. It reflects a comprehensive approach to ensure all construction activities comply with federal regulations and local standards, thus enhancing the operational capacity of the facility.
    The document outlines technical specifications and operational requirements for the installation of water and gas meters at the Vertical Skills Instruction Facility Building at Joint Base McGuire-Dix-Lakehurst. It details the integration of these meters with the building's Direct Digital Control (DDC) system, requiring contractors to ensure compatibility and provide necessary communication cabling. Specific installation protocols include maintaining clearances, utilizing fire-resistant materials, and adhering to local utility guidelines for gas supply. Noteworthy is the mandate for subcontracting with PSE&G for gas service installation and the contractor's responsibility for coordinating utility parameters. Additionally, the document emphasizes the need for continuous monitoring of meter readings for water, gas, and electric consumption, with provisions for failure alarms and usage history documentation. Compliance with Advance Meter Reading System (AMRS) requirements is critical. This comprehensive framework ensures proper installation, safety, and operational efficiency, aligning with governmental standards for utility management within federally funded projects.
    The solicitation seeks proposals for the construction of a Vertical Skills Instruction Facility at Joint Base McGuire-Dix-Lakehurst, New Jersey, with an estimated cost between $10 million and $25 million. It is designated as a Total Small Business Set-Aside, requiring compliance with various federal contracting regulations and the System for Award Management (SAM). Proposals must be submitted electronically by February 10, 2025, with performance expected to start within 45 days post-award and completion within 425 days. The evaluation process prioritizes past performance, management approach, and price, with a notable emphasis on subcontractor management and construction milestones. The contract will involve a firm-fixed-price award based on a best value trade-off process. Submissions must include a detailed price breakout schedule and demonstrate the ability to meet bonding and financial requirements. A site visit is scheduled, and technical inquiries should be addressed through the ProjNet system. The overall intent is to identify capable contractors to successfully execute the project while adhering to DoD standards and ensuring local compliance. This solicitation reflects the government's commitment to supporting small businesses and enhancing military training facilities.
    The document outlines the specifications for the construction of a Vertical Skills Instruction Facility at Joint Base McGuire-Dix-Lakehurst, NJ. It details the design-bid-build process and includes the certified final design as well as guidelines for various construction divisions, including general requirements, existing conditions, concrete work, and specialized systems like mechanical, electrical, and plumbing installations. Key sections cover sustainability reporting, government safety requirements, and methods for quality control, along with specific standards for materials and installation processes to ensure compliance with federal regulations such as ADA and environmental guidelines. Additionally, the document addresses the warranties for materials and stresses the importance of durability and accessibility in the facility's design. The project aims to create a functional training space while maintaining a commitment to safety and quality standards throughout the construction process.
    The document serves as an amendment to solicitation W912QR25R0014 for constructing a Vertical Skills Instructional Facility at Joint Base McGuire-Dix-Lakehurst, New Jersey. It outlines modifications, including updated specifications and plan sheets, the replacement of wage decisions, and the acknowledgement that all other terms remain unchanged. Key updates include the replacement of several specifications and details regarding the construction processes. The deadline for offer submissions is specified, noting that it is not extended. Additionally, it emphasizes the necessity for contractors to acknowledge receipt of the amendment prior to submission deadlines, detailing acceptable methods for formal acknowledgment. The summary reflects the structured nature of the federal contracting process, focusing on maintaining compliance and clarity in modifying the solicitation. Overall, it underscores the importance of accurate adherence to government protocols in public procurement projects.
    The document pertains to the amendment of Solicitation W912QR25R0014 for the construction of a Vertical Skills Instructional Facility at Joint Base McGuire-Dix-Lakehurst in New Jersey. Key modifications include the replacement of specific project specifications regarding submittals, sustainable reporting, and toilet accessories. New plumbing and mechanical control plans have been added, along with updates to wage decisions reflecting current minimum wage requirements under applicable executive orders. The deadline for submission of offers has been extended from February 13, 2025, to February 19, 2025. Overall, the amendment ensures compliance with federal regulations and updates project documentation to promote efficiency and ensure contractor adherence to safety and labor standards. The content aligns with procedural norms in government Requests for Proposals (RFPs) and contracts, focusing on clarity and operational effectiveness for potential bidders.
    The document outlines a Request for Proposals (RFP) for the construction of a Vertical Skills Instructional Facility at Joint Base McGuire-Dix-Lakehurst, New Jersey. The estimated construction cost ranges between $10 million and $25 million, and it is designated as a Total Small Business Set-Aside procurement. The contractor must commence work within 45 calendar days and complete it within 425 calendar days upon receiving the Notice to Proceed. Offers must comply with several federal acquisition regulations and be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). The proposal includes a detailed evaluation process where submissions are assessed for past performance and management approach. Contractors must demonstrate experience with similar projects, and their management plans should effectively cover project oversight, scheduling, and commissioning activities. The submission evaluation will be based on a Best Value Trade-Off process, emphasizing both technical merit and pricing strategies. This solicitation represents the government’s commitment to providing training facilities while ensuring that the procurement process adheres to regulatory compliance and supports small businesses in federal contracting opportunities.
    Similar Opportunities
    Advanced Notice- Camp Buckner Revitalization Phase 4
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, New York District, is preparing to solicit proposals for the revitalization of Camp Buckner, focusing on Phase 4 of the project. This initiative aims to repair and modernize selected facilities to address structural integrity, health, and safety concerns, including the installation of new systems such as HVAC, fire suppression, and plumbing upgrades, while also abating hazardous materials. The project, valued between $5 million and $10 million, is designated as a 100% Small Business set-aside, with the first phase of the Request for Proposals (RFP) expected to be issued around July 1, 2025, and proposals due approximately 30 days later. Interested parties should direct inquiries to Denisse M. Soto at denisse.m.soto@usace.army.mil or call 917-790-8177, and must be registered with the System for Award Management (SAM) to access the solicitation.
    Design and Construction of the NC3 Acquisition Management Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is soliciting proposals for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base, Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a focus on constructing a new facility that includes office spaces, high-bay storage, and secure areas compliant with sensitive compartmented information facility standards. The estimated cost for this project ranges from $25 million to $100 million, with an anticipated award date in the summer of 2026 and a project duration of approximately 32 months. Interested contractors should direct inquiries to Heather Skorik at heather.skorik@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL, and submit Phase 1 RFIs through ProjNet by July 7, 2025.
    Advanced Skills Training Barracks - Fort Buchanan, Puerto Rico
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Advanced Skills Training Barracks at Fort Buchanan, Puerto Rico. This Design-Bid-Build project aims to create a 30,000 square foot facility that will provide essential sleeping quarters, bathrooms, laundry facilities, and information systems infrastructure to support transient training for soldiers. The estimated construction cost ranges from $25 million to $100 million, and the procurement is classified as full and open, with a 10% price evaluation preference for HUBZone businesses. Interested contractors must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) and adhere to specific formatting and content requirements, emphasizing past performance and management plans. For further inquiries, interested parties can contact Jesse Scharlow at Jesse.E.Scharlow@usace.army.mil or by phone at 502-315-6183.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic, is seeking proposals from qualified contractors for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N40085-25-R-2620, involves comprehensive construction work with an estimated cost between $10 million and $25 million, requiring completion within 730 days after the award. The successful contractor will be responsible for adhering to strict safety and environmental regulations, utilizing the Naval Facilities Engineering Command’s Electronic Construction Management System (eCMS), and ensuring compliance with the Davis-Bacon Act regarding wage determinations. Interested parties must submit their proposals by April 9, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
    Repair BEQ M445
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM MID-ATLANTIC office, is soliciting proposals for the repair of Bachelor's Enlisted Quarters (BEQ) M445 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated under Solicitation No. N40085-25-R-2687, involves extensive renovations to a 48,396 square-foot facility, including upgrades to mechanical, electrical, and plumbing systems, while ensuring compliance with safety and environmental standards. The project is crucial for enhancing living conditions for military personnel and is estimated to cost between $10 million and $25 million, with a completion deadline of 730 days post-award. Interested contractors must submit proposals by June 5, 2025, and can direct inquiries to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    Virgin Islands Army National Guard Civil Support Team (CST) Ready Building
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the construction of a new Civil Support Team (CST) Ready Building for the Virgin Islands Army National Guard. This project entails the design and construction of an 18,340 square foot facility that meets industry standards and complies with all relevant local, state, and federal building codes, including provisions for accessibility and antiterrorism measures. The contract, valued between $25 million and $100 million, will be awarded based on a comprehensive evaluation of technical approach, past performance, and price, with a performance period of 1460 calendar days from the Notice to Proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals via the Procurement Integrated Enterprise Environment (PIEE), with solicitation documents expected to be available around May 22, 2025. For inquiries, contact Samuela Adams at samuela.y.adams@usace.army.mil or Nicole Fauntleroy at nicole.fauntleroy@usace.army.mil.
    Addition/Repair Medical Training Facility, B3120, Eglin Air Force Base, FL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the addition and repair of the Medical Training Facility B3120 at Eglin Air Force Base, Florida. This project involves constructing an addition that includes a concrete foundation, steel frame, HVAC systems, and various interior finishes, aimed at enhancing training and administrative functions for military personnel. The facility upgrade is crucial for improving operational efficiency in military medical training environments, with a project cost estimate ranging from $1,000,000 to $5,000,000. Proposals are due by 10:00 AM ET on May 30, 2025, and interested contractors should direct inquiries to Charity Mansfield at charity.a.mansfield@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.
    DTA Manned/Unmanned Tactical Vehicle Lab
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Manned/Unmanned Tactical Vehicle Lab at the Detroit Arsenal in Michigan. This project involves the design and construction of a single-story facility, approximately 31,800 square feet, dedicated to the research, development, and testing of ground transport equipment, including tanks and automotive vehicles. The facility will feature specialized areas such as high and lower bays, laboratory spaces, and support facilities, all designed to enhance military capabilities while adhering to stringent safety and environmental standards. Proposals are due by June 23, 2025, at 1:00 PM, and interested contractors should contact Stephanie Drees at stephanie.n.drees@usace.army.mil or call 502-315-3270 for further details. The estimated contract value exceeds $10 million, with a strong emphasis on small business participation and compliance with federal regulations throughout the construction process.
    Fort Jackson MA IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to participate in a Sources Sought Notice for a Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Task Order Contract at Fort Jackson, South Carolina. The primary objective of this procurement is to provide a broad range of real property repair and construction services that support Army readiness and mission requirements, with an anticipated project magnitude between $100 million and $250 million over a five-year ordering period. This opportunity is crucial for maintaining and enhancing the infrastructure at Fort Jackson, ensuring compliance with federal, state, and local regulations while adhering to safety and quality standards. Interested firms must submit their capability statements by 12:00 PM CDT on June 24, 2025, to the designated contacts, Marissa Joyner and Deidra Hicks, via email, ensuring to include their small business status and relevant experience.
    Unaccompanied Enlisted Personnel Housing (UEPH) Barracks
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Joint Base Lewis McChord, Washington. This procurement aims to provide essential housing facilities for enlisted personnel, emphasizing compliance with small business participation guidelines, with a minimum of 30% of the total contract value allocated to small business concerns. The contract evaluation will utilize a Best Value Tradeoff (BVTO) approach, assessing both non-price and price proposals based on past performance, project narrative, and adherence to specified criteria. Interested parties must submit their proposals by July 11, 2025, at 2:00 PM, and can direct inquiries to Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at andrea.g.jackson@usace.army.mil.