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

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF FUEL SUPPLY FACILITIES (Y1NA)
Timeline
  1. 1
    Posted Apr 16, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Jun 3, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the replacement of the Fuel Pier at Marine Corps Air Station Beaufort, South Carolina, under project P502. This project involves the demolition of the existing 1957 fuel pier and the construction of a new single-deck fueling pier, approximately 169 feet long and 40 feet wide, while maintaining ongoing fuel services throughout the construction period. The initiative is critical for modernizing military fueling capabilities and ensuring compliance with safety and environmental regulations. Interested contractors must submit sealed bids by June 3, 2025, with a performance period of 900 days following contract award. For further inquiries, potential bidders can contact Scott Schulz at SCOTT.C.SCHULZ1@NAVY.MIL or John Bishop at john.p.bishop1@navy.mil.

Files
Title
Posted
Apr 16, 2025, 7:05 PM UTC
The document outlines directions for accessing a public works facility located at Building 616. To reach the entry gate, visitors are instructed to bear left onto Moore Street from Geiger Boulevard. This brief set of directions highlights the importance of clear access to government facilities, which often play a crucial role in community infrastructure and operations. The clarity of the route suggests an intent to ensure ease of access for contractors or individuals involved in federal, state, or local RFPs or grants related to public works projects. Overall, this document serves as a navigational guide for stakeholders engaged in governmental initiatives.
Apr 16, 2025, 7:05 PM UTC
The document pertains to a Pre-Proposal Inquiry Submission Form for the project labeled N4008525R2522, focusing on the replacement of Fuel Pier at Marine Corps Air Station Beaufort, South Carolina. It serves as a formal request for inquiries related to the proposal process, inviting stakeholders to submit questions for clarification pertaining to the project details. The structure consists of a submission form that includes sections to identify references, questions, and general information like the submitter and submission date. This form emphasizes the importance of communication among potential bidders and the contracting agency to ensure a clear understanding of the project requirements and specifications. The intent of the document is to facilitate the procurement process by allowing potential contractors to clarify any uncertainties prior to the proposal submission deadline, thereby enhancing the quality of proposals received. It aligns with the broader context of federal acquisitions and RFP processes, underscoring the government's commitment to transparency and collaboration in public contracting efforts. Such inquiries are vital to achieving successful bid submissions and the overall efficacy of the project.
Apr 16, 2025, 7:05 PM UTC
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide introduces a vendor portal designed for the Department of Defense (DoD) to streamline the submission and management of solicitations. The guide outlines procedures for new users to self-register and for existing users to add roles within the PIEE Solicitation Module. Users must choose between two roles: Proposal Manager or Proposal View Only, with the Proposal Manager being necessary for submitting offers. The registration process includes establishing a user profile, selecting roles, justifying access, and agreeing to accountability statements. Help resources for getting started, account support, and technical assistance are provided. The document also includes a Roles and Actions/Functions Matrix, which details the specific capabilities of each role regarding offer submission, viewing, and search functionalities. This guide serves as a comprehensive resource for vendors aiming to participate in DoD solicitations, emphasizing automation, security, and user support in the procurement process.
Apr 16, 2025, 7:05 PM UTC
The PRICE PROPOSAL FORM outlines the bidding requirements for Project P502, which involves the demolition of an existing pier, construction of a new Fuel Pier, approach road realignment, and related work. It details specific Contract Line Items (CLINs) for base and option items, mandating line item pricing for various components such as concrete piles, dynamic load tests, and work disruptions due to compliance with the Marine Mammal Protection Act (MMPA). Key provisions indicate that bids will be evaluated primarily on the total price of CLIN 1, while the government reserves the right to award additional option items within 270 days post-contract award. The document emphasizes the necessity for precise unit pricing and outlines the criteria for rejecting unbalanced or nonresponsive offers. Each item is specified with quantities and prices, detailing conditions under which work stoppages will occur, compliance with regulations, and requirements for materials and labor. It underscores the importance of clear communication with the Contracting Officer regarding work disruptions. The form serves as a critical component in federal procurement processes, aiming to ensure clarity, compliance, and accountability in the bidding process.
Apr 16, 2025, 7:05 PM UTC
The document titled "Construction Experience Project Data Sheet" outlines the required information for contractors submitting proposals in response to government Requests for Proposals (RFPs). It collects essential details about the contractor's experience, including firm identity, project roles (prime contractor, subcontractor, etc.), contract specifics, project timelines, and types of construction work undertaken (new construction, renovation, etc.). The form also emphasizes financial details such as award amounts and final prices, as well as important aspects of the construction process, such as the project’s relevancy to the RFP requirements, self-performed work description, and any sustainable features or certifications. The structure is designed for comprehensiveness and clarity, ensuring the selection committee can evaluate qualifications and experience effectively. This sheet is crucial for ensuring that contractors provide necessary information to support their bids for federal and state projects, thereby aiding in the government’s decision-making process for construction contracts.
Apr 16, 2025, 7:05 PM UTC
The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is designed for contractors to assess and report their performance on past projects. Contractors fill out essential contact and contract information, including the type of work performed, contract numbers, and financial details over the project's duration. Clients, in turn, complete the latter portion of the form, detailing their perspectives on the contractor’s performance across various categories, including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and overall satisfaction. Each category contains a rating system ranging from Exceptional to Unsatisfactory, allowing clients to provide a nuanced appraisal of the contractor's work. The completed questionnaires are submitted to NAVFAC as part of the contractor's proposal, with clients encouraged to submit their evaluations directly. This structured feedback mechanism aims to ensure transparency and accountability in contractor performance, facilitating better decision-making in future government procurement and project execution. Overall, the PPQ-0 serves as a tool for enhancing contractor accountability while supporting the federal government’s objectives in managing projects effectively.
Apr 16, 2025, 7:05 PM UTC
Attachment F of the government Request for Proposal (RFP) N40085-25-R-2522 focuses on collecting historical small business utilization data from all offerors, regardless of size. This attachment is essential for evaluating Factor 5, Small Business Utilization and Participation. Offerors must complete the specified form detailing project experiences, including contract numbers, project titles, contractor size, roles (prime contractor, subcontractor, or joint venture member), and subcontracting plan requirements. The document requires the entry of actual and goal-based subcontracting dollars and percentages, categorized by small business concerns as well as other classifications (e.g., large businesses, disadvantaged businesses). It emphasizes the need for detailed explanations whenever goals are not met, or if there are zero subcontracting achievements. Overall, this attachment is designed to ensure and assess the participation of small businesses in federal projects, promoting transparency and accountability in subcontracting practices to foster economic growth among smaller enterprises in compliance with government regulations.
The Small Business Participation Commitment Document (SBPCD) outlines the requirements for offerors responding to RFP N40085-25-R-2522, emphasizing subcontracting commitments with small businesses. All offerors must complete the form to demonstrate their level of participation, which is crucial for evaluating small business utilization. The document requires information about the offeror's size classification, socio-economic categories (if applicable), and a breakdown of contract values related to subcontracting. A minimum small business subcontracting participation of 20% is mandated. If this target is not met, detailed explanations must be provided. Offerors are instructed to identify small businesses where firm commitments exist to support their proposed participation levels. If no small subcontractors are engaged, reasons need to be articulated regarding the offeror's strategy to meet participation goals. For large businesses intending to self-perform 100%, they are required to explain why subcontracting would not enhance contract efficiency. The SBPCD serves to solidify small business involvement in federal contracting, supporting economic growth and diversification in government procurement processes.
Apr 16, 2025, 7:05 PM UTC
The document outlines the requirements for a Small Business Subcontracting Plan (SBSP) tailored for federal contracts. It serves as a compliance tool adhering to the Federal Acquisition Regulations (FAR), specifically FAR 19.704, and is mandatory for large businesses seeking federal contracts. Key elements include the establishment of subcontracting goals across various small business categories, including Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), and Veteran-Owned Small Businesses (VOSB), among others. The SBSP must detail total contract value, planned subcontracting amounts, and the specific products or services to be subcontracted. Additional requirements include methods for assessing small business capabilities, strategies for outreach, and the identification of potential small business sources. Administration of the plan is to be overseen by an appointed individual responsible for compliance, record-keeping, and reporting on progress. The contractor must outline good faith efforts to utilize small businesses in their procurement process and maintain records for accountability. In sum, this SBSP document ensures that prime contractors engage small businesses effectively in federal contract opportunities, fostering inclusivity and compliance within the context of government procurement. It aims to monitor and facilitate participation from the small business community in fulfilling federal contracts while aligning with broader economic support objectives.
Apr 16, 2025, 7:05 PM UTC
The document outlines specifications for the P-502 Replace Fuel Pier project at Marine Corps Air Station Beaufort, South Carolina. It details the project’s scope, including the construction of a new pile-supported pier to replace the existing facility while maintaining ongoing fueling operations throughout. The document emphasizes the phased demolition of the existing pier, the need for various pre-engineered metal buildings, marine fuel loading systems, and necessary upgrades to fire protection and electrical systems. A strict schedule is mandated to ensure minimal disruption to operations, including provisions for underwater noise and airspace restrictions in coordination with the FAA. Key procedures include the identification of existing utilities, safety regulations, and work restrictions, especially regarding existing government operations. Contractors are required to submit regular progress reports and coordinate with government personnel to ensure compliance with safety and operational requirements. The document serves as a comprehensive guide for contractors engaged in the project, establishing expectations, timelines, and safety protocols necessary for successful completion within established parameters.
Apr 16, 2025, 7:05 PM UTC
The document outlines the specifications for the fiscal year 2025 Military Construction Project (P-502) aimed at replacing the fuel pier at Marine Corps Air Station Beaufort, SC. Prepared by Moffatt & Nichol/Burns & McDonnell JV, it details the necessary technical requirements across various disciplines including civil, structural, architectural, and mechanical. The project involves a comprehensive approach to procurement, describing construction processes, safety regulations, environmental controls, and quality assurance measures. Major components include the replacement of existing structures, demolition of asbestos and lead-containing materials, and the installation of new marine-grade structures and systems compliant with federal standards. It emphasizes rigorous adherence to safety protocols, governmental regulations, and specific construction methodologies to ensure high-performance coatings, structural integrity, and operational efficiency within the project framework. This initiative demonstrates the government's commitment to enhancing military infrastructure while addressing environmental and safety concerns in compliance with federal and state regulations.
Apr 16, 2025, 7:05 PM UTC
The Marine Corps Air Station Beaufort is preparing to replace its Fuel Pier, necessitating a comprehensive Hazardous Building Materials Assessment. Conducted by S&ME, Inc., the assessment identifies hazardous materials like asbestos, lead, cadmium, and chromium in paints, as well as potential mercury and low-level radiation sources in various components of the pier. Findings reveal the presence of non-friable asbestos-containing materials (ACMs) and lead-based paints, which require proper removal and disposal by licensed contractors to comply with federal and state regulations. The report emphasizes the importance of following safety and environmental protocols, including air monitoring during abatement. Recommendations for addressing identified hazardous materials and compliance with applicable regulations are included to aid contractors in mitigating risks during the pier's replacement activities. Overall, this assessment is essential for ensuring a safe construction process while adhering to regulatory standards.
Apr 16, 2025, 7:05 PM UTC
The document details the construction initiative at Marine Corps Air Station Beaufort, focused on replacing the fuel pier (Project P-502). It outlines critical mechanical, structural, and fire protection elements adhering to federal codes and regulations, specifically the Department of the Navy standards. The project involves complex construction phases, including demolition and installation of new fueling systems, ensuring compliance with safety and environmental regulations. The plans specify the use of South Carolina State Plane Coordinates with NAD83/2011 for horizontal datum and NAVD88 for vertical datum, emphasizing accuracy in project specifications. The indexed drawings include site plans, fire protection details, mechanical configurations, and structural layouts relevant to the construction process. Additionally, the document assesses hazardous materials present on-site, such as lead and asbestos, necessitating their remediation. Fundamentally, this project serves to modernize fueling capabilities while upholding safety protocols, reflecting government investment in infrastructure supporting military operations. The comprehensive approach demonstrates thorough planning and collaboration among various engineering and architectural disciplines to meet established timelines.
Jan 10, 2025, 2:11 PM UTC
The document is a "Sources Sought – Contractor Information Form" used by the federal government to gather essential information from contractors interested in responding to Requests for Proposals (RFPs). It requires contractors to provide their general details, including DUNS and CAGE codes, firm name, address, and point of contact (POC) information. Additionally, the form categorizes types of businesses, allowing contractors to indicate qualifications such as SBA certifications, veteran status, and whether they are economically disadvantaged. It also requests information regarding bonding capacity, asking for the surety name and maximum bonding figures. There is space provided for any additional clarifications. The primary purpose of this form is to streamline the contractor selection process by collecting standardized information relevant to federal contracting opportunities.
Apr 16, 2025, 7:05 PM UTC
The Naval Facilities Engineering Service Center's file addresses the repairs needed for the Fuel Pier and Boat Storage Facility. It documents a series of referenced items (S-14 to R-8) that indicate a structured approach to outlining specific repair tasks and needs for the facility. Each reference underscores the importance of maintaining operational capabilities at this strategic infrastructure site, which plays a critical role in naval operations. The document serves as a request for proposals (RFP), seeking qualified contractors to submit bids for the necessary repairs and upgrades to ensure safety and functionality. Overall, the file exemplifies the federal government's commitment to maintaining and improving essential military and logistical facilities, laying the groundwork for future projects that enhance readiness and capability within naval operations.
Apr 16, 2025, 7:05 PM UTC
The Waterfront Facilities Inspections and Assessments report details conditions at Marine Corps Air Station Beaufort, South Carolina, focusing on structures such as the Fueling Pier, Mooring Dolphin at Dock, and Fuel Spill Response Boat STG. Conducted on October 13, 2016, by Childs Engineering Corporation, this report outlines the usage, structural integrity, and specific issues identified during the inspection. The Fueling Pier, established in 1957, facilitates fuel delivery and boat access but shows signs of corrosion, spalling, and inadequate repairs from past maintenance. The Mooring Dolphin at Dock features concrete and timber structural elements, with noted corrosion and disrepair. The floating dock for the Fuel Spill Response Boat, built in 1999, supports vital operations but also requires attention due to minor corrosion. Throughout the assessment, various deficiencies indicate a need for ongoing maintenance and repairs to ensure safety and operational efficiency. This evaluation underscores the importance of monitoring infrastructure conditions to protect both operational capabilities and regulatory adherence within government facilities.
Apr 16, 2025, 7:05 PM UTC
The document presents an inspection report for the Waterfront Facilities at Marine Corps Air Station Beaufort, South Carolina, conducted on September 21, 2022, to assess the condition of various marine structures. This report is part of NAVFAC EXWC's Waterfront Facilities Inspection Program and focuses on key components, including the Fuel Spill Response Storage and Fueling Pier. The Fuel Spill Response Storage features concrete floating docks and an aluminum gangway, while the Fueling Pier, built in 1957, mainly serves fuel delivery operations, mooring dolphins, and support for fuel lines. The report notes that the mooring dolphins and fueling structures are integral for fuel transfer operations, with observations on structural integrity, weather conditions, and utility systems presented through supporting photos and detailed descriptions. Critical issues like corrosion, spalling, and functional condition of components such as fender systems and electrical utilities are highlighted. Overall, this inspection provides essential data for potential contractors and emphasizes the need for ongoing maintenance and assessments to ensure operational safety and regulatory compliance, reflecting the Government's commitment to securing and managing marine facilities effectively.
Apr 16, 2025, 7:05 PM UTC
Apr 16, 2025, 7:05 PM UTC
Apr 16, 2025, 7:05 PM UTC
The solicitation N4008525R2522 calls for the replacement of a 1957 fuel pier at the Marine Corps Air Station in Beaufort, South Carolina. The project entails constructing a new single-deck fueling pier, approximately 169 LF long and 40 LF wide, along with a concrete approach to ensure containment in case of leaks. This design aims to maintain fuel services throughout the construction by allowing concurrent demolition and building. Contractors are invited to submit sealed bids by June 3, 2025, with a performance period of 900 days following award notification. Proposals will be evaluated based on multiple factors including corporate experience, management approach, safety record, past performance, and small business participation, with proposals emphasizing both technical and pricing factors. Historical data on compliance with small business utilization goals will also be considered, aiming for at least 20% small business participation. A pre-proposal conference is scheduled, underscoring the importance of understanding the project scope and requirements. This solicitation reflects the government's effort to maintain infrastructure while promoting small businesses and ensuring safety standards.
Oct 18, 2024, 2:26 PM UTC
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.
Jan 10, 2025, 2:11 PM UTC
The Naval Facilities Engineering Command, Mid-Atlantic has issued a Sources Sought Notice for the P502 Replace MCAS Beaufort Fuel Pier project, aimed at identifying eligible small businesses capable of undertaking a substantial Design-Bid-Build contract. The project involves replacing the existing pier, constructed in 1957, with a new facility that adheres to the latest Department of Defense environmental criteria relating to sea level rise (SLR). The construction will include a T-shaped concrete fueling pier designed to withstand flooding and accommodate both existing operations and future needs. Interested firms must demonstrate relevant experience in constructing fuel transfer facilities and waterfront structures. Proposals must include detailed project information and the ability to meet the project’s complexity requirements. The contract's estimated value is between $25 million and $100 million, with responses due by January 24, 2025. This initiative reflects the government’s strategy to engage small businesses in crucial infrastructure upgrades while ensuring compliance with federal standards for safety and sustainability.
Jan 10, 2025, 2:11 PM UTC
The SOURCES SOUGHT – PROJECT INFORMATION FORM is a structured document designed for contractors to submit information about their relevant project experience in response to government announcements. Each submission is limited to five projects, with a maximum of two pages per project. Key sections include contractor identification, project details (such as contract numbers, award dates, and final prices), work type (new construction, repair, or renovation), customer information, and the contractor's role as either a prime or subcontractor. The form also solicits detailed project descriptions and self-performed work percentages. This document primarily serves to gather essential project data that demonstrates a contractor's qualifications when responding to federal RFPs and grants. Utilizing this form ensures that all necessary information is captured consistently, aiding government evaluators in assessing contractor capabilities for potential projects effectively.
Jan 10, 2025, 2:11 PM UTC
The document outlines a standardized format for submitting construction project proposals, specifically in the context of federal, state, and local Requests for Proposals (RFPs) and grants. It includes essential fields such as the name of the firm, DUNS and Cage numbers, address, small business status, point of contact (POC) information, project title, completion year, project type (new construction or renovation), and whether a Designer of Record was utilized. This structured approach aims to ensure that all necessary information is included in proposals, facilitating evaluation and selection processes. The document emphasizes consistency and clarity in project submissions, reflecting the government's commitment to thorough oversight and accountability in the allocation of funding for construction projects.
Apr 16, 2025, 7:05 PM UTC
The document outlines that the PDF viewer is unable to display the intended contents of a federal government file, which relates to Requests for Proposals (RFPs) and grants at federal, state, and local levels. It suggests tapping into Adobe Reader for accessibility issues, providing links for downloading the latest version or for further assistance. The emphasis lies on ensuring users have the necessary tools for viewing important documents pertaining to government RFPs and grants, underscoring technological requirements for compliance in accessing federal documentation. Overall, the focus is on providing support for accessing crucial government information effectively.
Lifecycle
Similar Opportunities
DLA DESC1903 Fuel Pier Construction MCAS Iwakuni, Japan
Buyer not available
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 (MCAS) Iwakuni, Japan, under solicitation number W912HV24R0017. This project aims to enhance military infrastructure by establishing a facility for liquid petroleum, with a contract magnitude estimated between ¥2.5 billion and ¥10 billion. Interested contractors must demonstrate relevant construction experience, particularly in liquid petroleum facility and pier construction, and comply with specific proposal requirements, including submission via the Procurement Integrated Enterprise Environment (PIEE) by the due date of March 27, 2025. For further inquiries, potential bidders can contact Jiro Miyairi at jiro.miyairi.ln@usace.army.mil or Jennifer Knutson at jennifer.h.knutson@usace.army.mil.
PI2045M Parris Island 3rd Battalion Pond Causeway Repair
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. The project involves a Fixed Price Construction Contract for roadway rehabilitation and the construction of new channels to replace existing culverts, aiming to enhance infrastructure durability with a projected pavement lifespan of 25 years. This initiative is critical for maintaining operational readiness and environmental compliance at the facility, particularly given the historical context of waste management in the area. Interested contractors should note that the proposal submission deadline has been extended to April 30, 2025, and must direct inquiries to the primary contact, Andy Bui, at andy.h.bui.civ@us.navy.mil or by phone at 757-341-1652.
Fuel Farm Repairs UN360 and TC366
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the Fuel Farm Repairs at Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2644. This project, estimated to cost between $1,000,000 and $5,000,000, is designated as a Total Small Business Set-Aside and requires only Mechanical MACC Contractors listed on the General Requirements cover page to submit proposals. The work involves critical repairs to fuel farm facilities, adhering to strict compliance with federal regulations, including the Davis-Bacon Act and the Buy American Act, ensuring fair labor practices and material sourcing. Interested contractors must attend a site visit on April 30, 2025, and submit their proposals by May 21, 2025, at 3:00 PM EST. For further inquiries, contact Tony Benson at tony.d.benson.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
N4425525R1506, P273 Bulk Fuel Storage Hydrant System, Naval Air Station Whidbey Island, WA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest, is soliciting proposals for the P273 Bulk Fuel Storage Hydrant System project at Naval Air Station Whidbey Island, Washington. This procurement involves a design-bid-build approach to upgrade the fuel system, with an estimated contract value between $25 million and $100 million, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) process. The project is crucial for enhancing the operational capabilities of the fuel supply facilities at NASWI, ensuring efficient and reliable fuel storage and distribution. Interested contractors must register on the Procurement Integrated Enterprise Environment (PIEE) website and are encouraged to check for amendments on SAM.gov, with proposals due within 730 days of contract award. For inquiries, contact Kathleen Maurer at kathleen.b.maurer.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil.
Repair Replace Concrete Top, Pump Station B-4226
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and replacement of the concrete top at Pump Station B-4226 located at Marine Corps Air Station Cherry Point, North Carolina. This project involves relocating a hoist to a new concrete footing while ensuring minimal disruption to ongoing operations, with strict adherence to safety regulations and operational protocols. The estimated cost for this procurement ranges from $26,000 to $30,000, with a completion timeframe of 45 days post-award. Interested contractors, specifically those listed as M&R MACC contractors, must submit their proposals by May 21, 2025, and direct any inquiries to Kathryn French Nethercutt or Ericka J. Bishop via the provided email addresses.
Upgrade Lift Station B4318
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Upgrade of Lift Station B4318 at Marine Corps Air Station Cherry Point, North Carolina. This project involves the demolition of the existing lift station and the installation of a new simplex package grinder pump station, aimed at enhancing the efficiency and reliability of the wastewater management system while ensuring minimal disruption to ongoing military operations. The contract is set aside for small businesses, with an estimated cost range of $100,000 to $250,000, and proposals are due by May 15, 2025. Interested contractors must comply with specific bonding requirements and submit their proposals electronically, while inquiries must be directed to Mason Sholar or Ericka J. Bishop by May 5, 2025.
JP-5 FUEL
Buyer not available
The Department of Defense, specifically the Commanding Officer at the Marine Corps Air Station Cherry Point, is inviting bids for the sale of approximately 8,000 gallons of JP-5 Fuel as part of a surplus property sale. Bidders must be U.S. citizens eligible for relevant export licenses and are required to report any illegal activities related to U.S. export laws, with the government reserving the right to reject any bids and award the contract to the highest responsible bidder. This procurement is crucial for ensuring the regulated sale of fuel, emphasizing compliance with safety and environmental standards. Interested parties must submit their bids by April 16, 2025, at 3:00 PM EST, and can contact Stephanie A. Connor at stephanie.connor@usmc.mil or call 252-466-5376 for further details.
Multiple Award Construction Contract for Inspection, Repair, and Renovation Construction Services for Petroleum, Oil, and Lubricant Fuel Systems at Various Locations Worldwide
Buyer not available
The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on inspection, repair, and renovation services for petroleum, oil, and lubricant fuel systems at various global locations. The contract aims to provide essential construction and engineering services, including the cleaning, inspection, and repair of fuel storage tanks and pipelines, as well as the modernization of associated facilities and equipment. This procurement is critical for maintaining the operational integrity of fuel systems, ensuring safety and compliance across military installations. Interested contractors should note that the maximum contract value is $997 million, with a minimum guaranteed amount of $10,000 per contractor, and proposals are due by April 28, 2025. For further inquiries, contact Analaura Montalvo at analaura.montalvo.civ@us.navy.mil or 805-982-5605.
Replace Perimeter Fence Damage, Runway, Station
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the replacement of a damaged perimeter fence at Marine Corps Air Station Cherry Point, North Carolina. The project involves the removal of approximately 120 feet of existing fence and the installation of 130 feet of a new galvanized chain link fence, including barbed wire, with strict adherence to security and safety regulations. This procurement is set aside for small businesses, with an estimated contract value between $25,000 and $30,000, and proposals are due by May 21, 2025, at 12:00 PM local time. Interested contractors should contact Kathryn French Nethercutt or Ericka J. Bishop for further details and must acknowledge receipt of amendments to ensure compliance with submission requirements.
P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-1458 2nd Radio Battalion Complex, Phase 2, which includes a Parachute Maintenance Facility and a Supply Warehouse at Camp Lejeune, North Carolina. The project entails designing and constructing facilities that comply with Anti-Terrorism/Force Protection (ATFP) standards, featuring specialized construction elements such as reinforced concrete structures and advanced mechanical systems. This procurement is critical for enhancing military capabilities and ensuring operational efficiency within federally funded projects, with an estimated budget of approximately $18,030,800 and a completion timeline of 780 days post-award. Interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or by phone at 757-341-0559.