WC300 Grounds Renovations
ID: N4008525R2503Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

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 Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the WC300 Grounds Renovations project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive renovations of the grounds surrounding the Wallace Creek Barracks, including the removal of unmaintained landscaping features, debris clearing, leveling, and the installation of centipede sod, which must be maintained for 30 days post-installation. The contract is set aside for small businesses, with an estimated value between $100,000 and $250,000, and proposals are due by November 6, 2024, at 3:00 PM EST. Interested contractors should contact Angela Little or Lauren Loconto for further details and are encouraged to attend a site visit scheduled for October 9, 2024.

    Files
    Title
    Posted
    The WC300 Grounds Renovation project, identified as Project #23-0057, entails comprehensive repairs to the grounds surrounding the Wallace Creek Barracks. The contractor is responsible for removing unmaintained decorative features such as berms, landscaping rows, concrete edging, gates, and bollards. Key tasks include clearing debris, leveling the area, and resodding with centipede sod, which must be maintained for 30 days post-installation. Additionally, the contractor must ensure temporary fencing is in place to restrict access to the sod and is responsible for the disposal of any excavated soil off-base. It is critical for the contractor to identify and protect existing utilities and coordinate with relevant providers while adhering to local and state regulations. Environmental, health, and safety responsibilities are also emphasized throughout the project. Overall, this RFP outlines a detailed scope of work that must be completed to enhance the site’s landscape while ensuring compliance with safety and environmental standards.
    The WC300 Grounds Renovation project at MCB Camp Lejeune, North Carolina (RFP N40085-24-R-2503) involves providing grounds renovation with an anticipated completion within 180 days post-award. The project is limited to select contractors and has an estimated cost between $100,000 and $250,000. Proposals are evaluated based on the lowest price, and a site visit is scheduled for October 9, 2024, preceding the proposal due date of November 6, 2024, at 3:00 PM EST. Contractors must submit bid bonds for proposals exceeding $150,000, and specifics specify wage determinations, including compliance with minimum wage regulations under Executive Orders 14026 and 13658. Labor classifications and rates within the project are defined, with requirements for worker protections, including paid sick leave as stipulated in EO 13706. The document stresses the importance of funding availability, indicating that if funds are not secured, no awards will be granted. This solicitation serves as a formal request for proposals, encapsulating federal standards and compliance regulations relevant to construction undertakings, aligning with typical government processes surrounding RFPs, grants, and state contracts.
    The document outlines Amendment No. 0001 for the federal solicitation N40085-25-R-2503, related to the Grounds Renovation project (WC300) at Camp Lejeune. The amendment includes Q&A responses to a request for information (RFI) regarding landscape demolition as specified in plan C101. It clarifies that all landscape areas indicated must be removed, including any additional areas discussed during the site visit. The proposal submission deadline remains at 1500 hours on November 6, 2024. Acknowledgment of the amendment is mandatory when submitting proposals to avoid rejection. The document emphasizes the importance of compliance with these provisions and affirms that all other terms and conditions of the solicitation remain unchanged.
    The document outlines compliance requirements for contractors involved in a federal contract, specifically emphasizing the confidentiality of unclassified information related to the contract. Contractors must not disclose such information without prior written approval from the contracting officer or if the information is already public. Requests for approval must detail the information to be released and be submitted at least 45 days prior to the intended release date. Additionally, the contractor is responsible for handling underground utilities before construction activities, maintaining compliance with state and local regulations, and ensuring environmental, health, and safety standards are met. Specific removal tasks are outlined, including clearing debris and removing gates and bollards, with instructions to retain and store these items securely. The contractor must also establish proper drainage, resod disturbed areas with centipede sod, and monitor the sod for 30 days. Temporary fencing is required to protect newly sodded areas from unauthorized access. This document serves as a guideline within the broader context of federal and local Requests for Proposals (RFPs), ensuring that all parties adhere to legal and safety standards throughout the contract process.
    The WC300 Grounds Renovation project aims to revitalize the area surrounding the Wallace Creek Barracks at Marine Corps Base Camp Lejeune, North Carolina. It involves the removal of neglected landscaping elements like grassy berms, beds, metal gates, and bollards, followed by debris clearing, leveling, and the installation of centipede sod. The contractor will maintain the new sod for a minimum of 30 days and implement temporary fencing to protect the area during maintenance. Key responsibilities include verifying underground utilities before construction, ensuring compliance with environmental and safety regulations, and maintaining clear communication with the Contracting Officer and other stakeholders. Detailed documentation and adherence to guidelines for material submissions, progress tracking, and project updates are essential for project oversight. The contractor is also responsible for managing site access and complying with safety protocols to ensure a secure working environment. This project reflects the federal commitment to maintaining military facilities and landscapes while ensuring contractor accountability and adherence to standards throughout the renovation process.
    Lifecycle
    Title
    Type
    WC300 Grounds Renovations
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    RR460 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the RR460 Roof Repairs project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive roof repairs, including the demolition of existing roofing materials and the installation of a new modified bitumen roofing system, while ensuring minimal disruption to ongoing operations and compliance with safety and structural standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 270 days post-award. Interested contractors must submit proposals by November 15, 2024, and are encouraged to contact Clifton Gaither or Lauren Loconto for further details regarding the project and mandatory site visit scheduled for October 21, 2024.
    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.
    Landfill Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to provide landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The scope of work includes high-pressure water cleaning, grounds maintenance, dumpster refurbishment, cleaning of the brass collection area, maintenance of landfill scales, and heavy equipment services. This procurement is crucial for maintaining operational efficiency and environmental compliance at the landfill facilities. Interested vendors must submit a capability statement confirming their Small Business status by November 1, 2024, to the designated contracting officers, Benjamin A. Bryan and Regenia D. Guest, via email.
    Generator Replacement at Water Wells
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of generators at potable water wells located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of four existing generators and the installation of new units, with specific requirements for power capacities and necessary electrical modifications to ensure compliance with safety and security protocols. This initiative is crucial for maintaining reliable power for essential water services on the base, reflecting the government's commitment to infrastructure integrity in military facilities. Interested contractors must submit their proposals by November 12, 2024, following a scheduled site visit on October 21, 2024, and can contact Jessica Huebner or Lauren Loconto for further details.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the design and construction of three new training facilities at Fort Liberty, North Carolina, specifically tailored for Special Operations Forces (SOF). The project entails creating two-story buildings that simulate a city hall, a residence, and a laboratory, each designed to provide diverse training environments, including multiple office settings, dwelling spaces, and laboratory settings, respectively. These facilities are crucial for enhancing the training capabilities of military personnel, ensuring they are well-prepared for various operational scenarios. Interested contractors should note that the proposal due date has been extended to October 31, 2024, with inquiries accepted until October 21, 2024. For further information, potential bidders can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert Law at robert.n.law@usace.army.mil.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for 146 personnel, featuring modern living spaces, common areas, and amenities designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.
    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 demonstrate relevant construction experience and a commitment to small business participation, with a minimum 20% subcontracting goal. Proposals are due by October 29, 2024, and interested parties can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further details.