P502 Replace MCAS Beaufort Fuel Pier, Marine Corps Air Station Beaufort, South Carolina
ID: N4008525R2522Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified small businesses to participate in a Design-Bid-Build project for the replacement of the fuel pier at Marine Corps Air Station Beaufort, South Carolina. The project aims to replace an existing pier built in 1957 with a new facility that adheres to updated Department of Defense Unified Facilities Criteria, addressing critical concerns such as flooding and sea-level rise while enhancing fueling capabilities. Interested small businesses must submit a capabilities package demonstrating relevant experience, with responses due by November 1, 2024, and an anticipated contract award in November 2025. For further inquiries, interested parties may contact Scott Schulz at scott.c.schulz1@navy.mil or John Bishop at john.p.bishop1@navy.mil.

    Files
    Title
    Posted
    The document is a "Sources Sought – Contractor Information Form" designed for contractors to submit their general information as part of government requests for proposals (RFPs). It requires contractors to provide details such as DUNS, CAGE Code, firm name, address, and contact information for a point of contact (POC). Additionally, the form prompts contractors to indicate their business type, including options such as SBA certified 8(a) firms, HUBZone small businesses, service-disabled veteran-owned businesses, and various other classifications of small businesses. Contractors must also disclose their bonding capacities by providing the name of their surety, along with the maximum bonding capacity per project and the aggregate maximum. Lastly, the form allows for any additional clarifications related to the provided information but instructs that the content of the form must not be altered. This structured approach aims to streamline contractor evaluation for government contracts, ensuring that all required information is collected systematically and efficiently.
    The Naval Facilities Engineering Command, Mid-Atlantic, issued a Sources Sought Notice for eligible small businesses to engage in a Design-Bid-Build project to replace the fuel pier at Marine Corps Air Station Beaufort, South Carolina. The anticipated construction cost ranges from $25 million to $100 million. The project involves replacing an old pier built in 1957, with a new facility that adheres to updated Department of Defense Unified Facilities Criteria addressing flooding and sea-level rise. Key components include constructing a new pier with enhanced fueling capabilities, maintaining existing operations during construction, and addressing infrastructure modifications, such as elevating nearby Quilali Road. The project will prioritize sustainability, energy efficiency, and Anti-Terrorism/Force Protection features. Interested small businesses must submit a capabilities package demonstrating relevant experience. Responses are due by November 1, 2024. The notice serves as a market research tool to assess small business availability before formal procurement, with a contract awarded anticipated for November 2025. The submission process underlines a commitment to small business engagement in government contracts, specifically targeting minority and veteran-owned enterprises, while ensuring compliance with federal guidelines and industry standards.
    The SOURCES SOUGHT – PROJECT INFORMATION FORM is designed for contractors to outline their project experience related to government Requests for Proposals (RFPs) and grants. This form allows the submission of up to five projects, each detailed over a maximum of two pages. Key sections include contractor details, project identification (including contract numbers, award dates, and completion status), type of work executed (new construction, repair, renovation), customer information, and specifics regarding the contractor's role (prime or subcontractor) and contract type (design-build, design-bid-build). It requires a thorough project description, the percentage of work self-performed, and identification of the lead design firm if applicable. The structured format facilitates the evaluation of contractor capabilities and experience relevant to federal and state projects, ensuring proper vetting for future opportunities. Overall, this form serves as a critical tool for assessing past performance and qualifications in the public contracting sphere.
    This document serves as a structured template for evaluating construction projects through a series of criteria related to the firms involved. It collects essential information, including the firm's name, identification numbers (DUNS and Cage), and their address, as well as the specific project details such as the title and location. The template also requires confirmation of whether the project involved new construction or renovation, and if a designer of record was associated with the project. Key points include the identification of the firm's small business status, contact details for a point of contact (POC), and the completion year of the project. The purpose of this document aligns with federal and state requirements for reporting on construction projects, ensuring transparency and compliance within government contracts and grants while facilitating the assessment of vendor qualifications. It aims to streamline the review process for funding requests and aims to maintain accountability in the use of federal and state resources.
    Similar Opportunities
    REPAIR PHASE IV BEQ BUILDINGS 1244 AND 1247, MCAS BEAUFORT, SC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM Mid-Atlantic), is soliciting proposals for the repair of Bachelor Enlisted Quarters (BEQ) Buildings 1244 and 1247 at Marine Corps Air Station Beaufort, South Carolina. This project involves significant renovations to a 90-room facility (Building 1244) and a community center/laundry (Building 1247), both of which are essential for accommodating single Marines. The buildings, constructed in 2001, are expected to remain in use for the foreseeable future, highlighting the importance of maintaining these facilities. The estimated construction cost ranges from $10 million to $25 million, with a completion timeline of 570 days post-award. Proposals are due by November 25, 2024, at 1400 EST, and interested contractors must contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    DLA DESC1903 Fuel Pier Construction MCAS Iwakuni, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a fuel pier at Marine Corps Air Station Iwakuni, Japan, under solicitation number W912HV24R0017. The project aims to establish a critical infrastructure facility for fuel supply, adhering to specific construction requirements and compliance with federal and local regulations. This opportunity is significant for contractors in the oil and gas pipeline construction sector, as it involves a competitive bidding process with a Lowest Price Technically Acceptable (LPTA) evaluation method. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and can direct inquiries to primary contact Jiro Miyairi at jiro.miyairi.ln@usace.army.mil or secondary contact Jennifer Knutson at jennifer.h.knutson@usace.army.mil.
    Y--P-440 REPLACEMENT OF NAVAL PIER 8, NAVAL BASE SAN DIEGO, SAN DIEGO, CA
    Active
    Dept Of Defense
    Sources Sought - DEPT OF DEFENSE, DEPT OF THE NAVY is seeking small business concerns for the design-build construction project to replace Naval Pier 8 at Naval Base San Diego, CA. The project involves the construction of a pile supported reinforced concrete pier with utilities, information systems, and anti-terrorism/force protection measures. The estimated contract price range is between $25,000,000 and $100,000,000. Interested sources are requested to provide contractor information, type of business, bonding capacity, and experience in constructing waterfront ship berthing structures. Responses are due by September 17, 2018.
    AS211 Generator Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the AS211 Generator Replacement project at Marine Corps Air Station Camp Lejeune, North Carolina. This project involves the removal of an existing generator and the installation of a new generator, along with associated electrical components and infrastructure improvements to ensure reliable backup power for critical facilities. The contract is set aside for small businesses, with an estimated construction cost between $250,000 and $500,000, and proposals are due by November 6, 2024. Interested contractors should contact Kyle Vaughan at kyle.l.vaughan2.civ@navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details, and a site visit is scheduled for October 15, 2024.
    P-226 MAINTENANCE FACILITY AND MARINE AIR GROUP HEADQUARTERS, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the construction of the P-226 Maintenance Facility and Marine Air Group Headquarters at Marine Corps Air Station in Cherry Point, North Carolina. This project encompasses the construction of an aircraft engine maintenance shop, a headquarters administration facility, and associated renovations, including site improvements and the demolition of three existing buildings. The successful contractor will be required to adhere to federal contracting standards, with a strong emphasis on small business participation, as outlined in the Small Business Participation Commitment Document. Proposals are due by October 29, 2024, at 2:00 PM EDT, and interested parties can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further information.
    7357795 Replace Chiller, Station, Building 1
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller at Building 1 of Marine Corps Air Station Cherry Point, North Carolina, under project number 7357795. This project involves the demolition of the existing chiller and chilled water circulation pumps, installation of new air-cooled machinery, and modifications to the chilled water piping systems, all while maintaining building occupancy. The contract is set aside for Total Small Business participation, with an estimated value between $500,000 and $1,000,000, and proposals are due by November 6, 2024. Interested contractors must acknowledge Amendment 0001, attend a mandatory site visit on October 16, 2024, and adhere to all specified requirements, including compliance with the Davis-Bacon Act and submission of electronic bonds. For further inquiries, contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or call 252-466-5930.
    Bldg 1005 and 1308 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs at Buildings 1005 and 1308 located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of existing roofing materials and installation of new roofing systems, adhering to strict safety and environmental protocols, with a total estimated cost between $1 million and $5 million. This procurement is part of ongoing infrastructure maintenance efforts, emphasizing compliance with federal standards and labor laws, including the Davis-Bacon Act. Proposals are due by November 12, 2024, with a site visit scheduled for October 22, 2024; interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    NAVAL AIR STATION CORPUS CHRISTI CCAD B340 RAMP REBUILD
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for the B340 Ramp Rebuild project at Naval Air Station Corpus Christi, Texas. This procurement aims to award a firm-fixed price contract to a small business contractor for the repair and alteration of real property, with a project magnitude estimated between $1,000,000 and $3,000,000. The successful contractor will play a crucial role in enhancing the operational capabilities of the Corpus Christi Army Depot. Interested parties should note that a site visit is scheduled for October 22, 2024, at 8:30 A.M. (CDT), and proposals are due by November 14, 2024, at 3:00 P.M. (CST). For further inquiries, contact Cynthia Ramos-Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil.
    Multiple Award Construction Contract for Inspection, Repair, and Renovation Construction Services for Petroleum, Oil, and Lubricant Fuel Systems at Various Locations Worldwide
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking sources for a Multiple Award Construction Contract focused on inspection, repair, and renovation construction services for Petroleum, Oil, and Lubricant (POL) fuel systems at various locations worldwide. This opportunity aims to identify capable Large and Small Businesses, including those certified by the U.S. Small Business Administration (SBA) as 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB), Veteran Owned Small Businesses (VOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with the qualifications and capacity to self-perform relevant major trade work. The services are critical for maintaining the operational integrity of fuel supply facilities, ensuring the readiness and reliability of military operations. Interested parties should contact Joseph Cook at joseph.d.cook3.civ@us.navy.mil or Olga Muna at olga.c.muna.civ@us.navy.mil for further information, as this notice serves as a market research tool and does not constitute a Request for Proposal.
    P-1073 FORD CLASS CVN INFRASTRUCTURE UPGRADES, PIER LIMA NAVAL BASE CORONADO, CA
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is seeking qualified small businesses to participate in a Sources Sought announcement for the design-build construction project of Ford Class Nuclear Carrier (CVN) Infrastructure Upgrades at Pier Lima, Naval Base Coronado, California. The project involves the construction of a new 69KV substation and upgrades to existing facilities to enhance electrical capacity, including new electrical distribution systems and telecommunications infrastructure. This initiative is critical for supporting naval operations and ensuring the reliability of power supply at the base. Interested contractors must submit their qualifications, including bonding capacity and relevant project experience, by 2:00 PM local time on October 31, 2024, to Ana Guzman at ana.m.guzman.civ@us.navy.mil. The estimated contract value ranges from $25 million to $100 million.