RFP - DEMOLITION OF VARIOUS FACILITIES, NAS Key West
ID: N6945025RDC03Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, 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 Systems Command Southeast (NAVFACSYSCOM SOUTHEAST), is soliciting proposals for the demolition of various facilities at NAS Key West, Florida. This project is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction. The successful contractor will be responsible for the safe and efficient demolition of specified structures, which is crucial for maintaining operational readiness and safety at the naval base. Interested parties can find more details by logging into https://piee.eb.mil and searching for solicitation number N6945025RDC03. For inquiries, contact Dennis Bourgault at dennis.p.bourgault.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    RFP -
    Currently viewing
    Solicitation
    Similar Opportunities
    Demolish Vacant Barracks Buildings 532 and 132H Naval Station Great Lakes
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking small business contractors for the demolition of vacant barracks buildings 532 and 132H at Naval Station Great Lakes in Illinois. The project involves the complete demolition and removal of a 3-story and a 4-story student barrack, including site preparation, hazardous material surveys, and debris removal, ensuring compliance with environmental regulations. This sources sought notice is part of a market research effort to determine the interest of small businesses, with responses due by January 21, 2026, at 12:00 PM CT. Interested firms must submit the required Contractor Information Form and a Capabilities Statement to Lindsay Gould and Belinda Trout via email, with a maximum attachment size of 4MB.
    Demo Phase 18 Tyndall AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a demolition project at Tyndall Air Force Base in Florida. The contractor will be responsible for all necessary professional services, permits, equipment, labor, tools, materials, and ancillary items to demolish three buildings/facilities as outlined in the Statement of Work (SOW). This project is critical for maintaining the operational integrity of the base and must adhere to various stringent codes and regulations, including those from the Unified Facilities Criteria, OSHA, and the EPA. Interested contractors, particularly those certified as HUBZone Sole Source, should contact Bernard Husted at bernard.husted.2@us.af.mil or Frances Montgomery at frances.montgomery@us.af.mil for further details regarding the proposal process.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The procurement encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as a performance-based indefinite-quantity contract with a total duration of up to eight years, comprising one base year and seven option years. This contract is crucial for maintaining operational readiness and efficiency at the naval installation, ensuring compliance with various environmental and safety regulations. Interested small business concerns must submit their proposals by January 15, 2026, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.
    NNSY BLDG 171 Replace Distribution IX
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the replacement of Distribution IX at Building 171. This project falls under the NAICS code 236210, which pertains to Industrial Building Construction, and involves the repair or alteration of utilities as classified under PSC code Z2NZ. The successful contractor will play a crucial role in enhancing the infrastructure necessary for naval operations. Interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number N4008526R0009. For inquiries, potential bidders may contact Nakia Gregory at nakia.e.gregory.civ@us.navy.mil or by phone at 757-396-2137.
    NAS KINGSVILLE RUNWAY 35L-17L RUBBER REMOVAL AND PARKING APRON STRIPING
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is soliciting proposals for the rubber removal and parking apron striping at Naval Air Station Kingsville, Texas. This project specifically involves the maintenance of runway 35L-17L, which is critical for ensuring safe and efficient operations at the air station. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is classified under the NAICS code 237310, focusing on highway, street, and bridge construction. Interested parties should direct inquiries to Cyndi Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or call 361-961-5219 for further details regarding the solicitation and any amendments, including the latest responses to pre-proposal inquiries.
    Government Owned, Contractor Operated (GOCO) Naval Air Station (NAS) Key West, FL Fuel Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified small businesses to provide Contractor-Operated fuel storage and management services at Naval Air Station (NAS) Key West, Florida. The procurement involves the operation and maintenance of fuel facilities, including aircraft and ship aviation fuel services, ensuring safety, quality control, and environmental compliance. This opportunity is significant as it supports military operations by managing critical fuel resources, with a firm-fixed price contract anticipated to begin around January 1, 2026, featuring a four-year base period and additional options. Interested firms must demonstrate their capabilities and past performance, with responses due via email to designated contacts within DLA Energy, following the publication of the solicitation expected within the next 60 days.
    Dismantle Wall and Jib Cranes
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a contractor to dismantle and remove four Shepard Niles 5-ton wall cranes and three jib cranes located in Building 155 at Joint Base Pearl Harbor Hickam, Hawaii. The contract is set aside for Total Small Business concerns, with a performance period extending from February 9, 2026, to August 7, 2026, and an estimated total award amount of $22 million. This project is critical for maintaining the operational integrity of the shipyard, which supports various U.S. Navy vessels and activities in the Pacific. Interested parties must submit their quotes by January 12, 2026, and are encouraged to contact Kelliann Shimote or Lyndon Paloma for further information.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project, a construction initiative aimed at installing hydraulic dock leveling systems at Building 6 in Newport, Rhode Island. This project is a total small business set-aside with an estimated contract value between $100,000 and $250,000, requiring contractors to provide all necessary materials, equipment, labor, and supervision. The performance period for the contract is set at 160 calendar days post-award, with a mandatory site visit scheduled for December 16, 2025, and proposals due by January 12, 2026, at 2:00 PM EST. Interested parties should contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil for further details and must ensure they are registered in SAM.gov to participate in the solicitation process.
    Commercial and Institutional Building Construction
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial and institutional building construction services. This procurement aims to establish BPAs to facilitate the expeditious acquisition of various construction requirements in support of Naval operations, particularly in areas such as Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which will be awarded based on qualifications without a formal Request for Proposal. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.