Mechanical Repairs Bldg 54
ID: N4008525R9000Type: Combined Synopsis/Solicitation
AwardedAug 25, 2025
$1M$1,017,609
AwardeeMECHWORKS MECHANICAL CONTRACTORS, INC Morehead City NC 28557 USA
Award #:N4008520D0076
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for mechanical repairs at Building 54, Marine Corps Base Camp Lejeune, North Carolina. The project involves the replacement of several HVAC units and associated components, with an estimated cost between $1 million and $5 million, and a completion timeline of 270 days post-award. This initiative is crucial for maintaining operational efficiency and compliance with safety regulations in military facilities. Interested contractors, specifically those listed as Mechanical MACC Contractors, must submit their proposals by July 15, 2025, and direct any inquiries to Emily Walton at emily.a.walton6.civ@us.navy.mil or by phone at 757-994-5759.

    Point(s) of Contact
    Files
    Title
    Posted
    An Asbestos Inspection Report was conducted for Building #54 at MCB Camp Lejeune, originally built in 1943, occupied by Range Operations and Combat Camera. The report identifies the presence of asbestos-containing materials (ACM), notably caulking and residual mastics, with a hazard ranking of 3/green as of March 2023. Historical data indicates a pattern of remaining ACM and various site-specific interventions, including abatement efforts and monitoring. Notably, friable ACM was not found, indicating that identified materials are generally intact and not considered significant health hazards unless disturbed. Detailed inspections addressed ACM types like roofing sealants, pipe insulation, joint materials, and vinyl flooring adhesives, with residual mastics noted throughout the facility. The report specifies that disruptions to ACM could lead to airborne fibers causing health risks and recommends that any damage or changes be reported to the Asbestos Program Manager. Regular inspections are mandated to monitor ACM conditions, ensuring compliance with safety protocols and environmental regulations. The report ultimately guides the management of asbestos risks during future renovations, underscoring the importance of maintaining safety in federal properties.
    The RFP outlines the requirements for mechanical repairs at Building 54, focusing on the replacement of various HVAC units (1, 3, 4, 5, 7, and 8). The contractor is responsible for providing all necessary material, labor, equipment, and supervision for the project. Emphasis is placed on reusing existing hot water coils where feasible; otherwise, new coils must match the new air handlers. Ductwork will need adjustments for proper connections, and refrigerant line sets will be replaced. Field verification of all measurements and materials is mandatory for the contractor prior to quoting. The contractor is tasked with coordinating work schedules with building occupants and is required to transport and recycle all recyclable materials properly. The scope indicates no hazardous materials or environmental concerns for this project. This RFP signifies a federal initiative to upgrade facilities, ensuring operational efficiency and compliance with relevant standards.
    The document is an amendment to a solicitation for the NAVFAC Mid-Atlantic project regarding mechanical repairs at Building 54. Specifically, it is identified as Amendment No. 0001 and includes responses to queries raised by contractors about the project specifications. Key points addressed in the amendment include the acceptability of NEMA 1 connections for indoor units, clarification that no humidification equipment is required to maintain relative humidity levels throughout the year, and confirmation that certain roles, such as the Telecommunications QC Specialist, can be omitted from the specifications, with alternative requirements provided. The proposal submission deadline remains unchanged; however, contractors must acknowledge the receipt of this amendment to avoid potential rejection of their offers. The document emphasizes the need for compliance with all other terms and conditions as previously stated in the initial solicitation documents. This amendment serves to ensure transparency and clarity in the procurement process, reinforcing compliance among participating contractors in a government contracting context.
    The document serves as an amendment to a government solicitation for mechanical repairs at Building 54, specifically under Solicitation No. N40085-25-R-9000. Amendment No. 0002 extends the deadline for proposal submissions to July 15, 2025, at 1400 hours. It includes responses to several requests for information, clarifying technical details such as the provision of dedicated temporary circuits for HVAC units and the routing of refrigerant lines, which are clearly specified to run through the attic. The amendment stresses the importance of acknowledging receipt of this amendment upon proposal submission, as failure to do so may lead to rejection. While this amendment modifies certain aspects of the solicitation, all other terms and conditions remain intact. This structured communication aligns with federal procurement protocols and emphasizes transparency and clarity for potential contractors engaged in federal projects.
    The document appears to be a comprehensive listing of various government projects, contracts, and RFPs (Requests for Proposals), possibly related to environmental management and infrastructure development in specific geographic areas, including waterways and administrative locations. It details numerous site codes, locations, and potentially significant environmental concerns, including specific bodies of water, landfills, and designated recreational or development sites. The extensive listings of codes and places suggest a possible granularity of data regarding project identification or tracking within federal, state, and local government frameworks. The document serves the purpose of cataloging available RFPs and grants, facilitating actionable insights for stakeholders looking to engage in public contracts or respond to government funding opportunities. Overall, it emphasizes the diverse and complex landscape of government-funded projects that respondents can access, highlighting potential areas for environmental remediation, construction, and resource management across various agencies and jurisdictions.
    The Mechanical Repairs project at Building 54, USMC Base Camp Lejeune, NC, aims to replace several HVAC units and associated components, ensuring adherence to all specifications and safety regulations. The contractor is responsible for providing materials, labor, and supervision for the replacement of HVAC Units 1, 3, 4, 5, 7, and 8. Key actions include verifying existing components, adjusting ductwork, replacing line sets, and transporting recyclable materials for disposal. Special scheduling requires coordination with building occupants and compliance with access protocols for contractor personnel. Additional provisions address potential environmental hazards and ensure no hazardous materials are present. The document outlines detailed requirements for contractor qualifications, project supervision, and communication practices, including a mandatory baseline construction schedule and routine updates. Payments follow a structured process requiring invoices to detail work performed and adherence to deadlines. The overall intent of the document is to streamline project execution while safeguarding the integrity of existing installations and ensuring compliance with military standards. This initiative reflects the broader goal of maintaining and updating military facilities in a safe, efficient manner.
    The document outlines the solicitation for Mechanical Repairs at Building 54, Marine Corps Base Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-9000. The project, with an estimated cost between $1 million and $5 million, requires completion within 270 days post-award. Only the listed contractors—Mechworks Mechanical Contractors, North State Mechanical, and R&W Construction—are eligible to submit proposals by July 8, 2025. Key requirements include maintaining operational temporary HVAC systems during renovations, adherence to wage determinations under the Davis-Bacon Act, and submission of various bonds depending on the proposal amount. A site visit is scheduled for June 11, 2025, and all inquiries must be directed to the designated point of contact, Emily Walton, by June 24. Notably, proposals are evaluated based on the lowest price, and funding availability is not guaranteed, indicating that no awards will be made if funds are unavailable. This solicitation exemplifies government contracting processes focused on transparency, compliance with wage laws, and ensuring operational continuity during construction tasks.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    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.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This project is exclusively open to specific Mechanical MACC contractors, including Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc., with an estimated cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The work involves the demolition of existing piping and installation of new systems, adhering to strict safety and regulatory standards, including compliance with the Davis-Bacon Act. Proposals are due by January 5, 2026, following a mandatory site visit on December 16, 2025, and interested contractors can reach out to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further inquiries.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of two road plates on the Runway 23R Service Road at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7273833, is restricted to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors and has an estimated cost of less than $25,000, with a completion timeline of 60 calendar days. The work is critical for ensuring safe vehicle traffic over drainage channels and requires strict adherence to base regulations, including a mandatory site visit on December 15, 2025, and proposal submissions by December 30, 2025, at 12:00 PM EST. Interested contractors should contact Kathryn French Nethercutt at kathryn.l.nethercutt.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.