JBMDL Vertical Skills Instructional Facility
ID: W912QR25R0014Type: Presolicitation
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 Critical updates are also made to wage decisions, replacing outdated wage decisions with new entries dated January 3, 2025.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
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    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.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.