LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges, JEB Little Creek - Fort Story Base, Little Creek Site
ID: N4008525R2605Type: 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
  1. 1
    Posted Feb 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the de-lead and repair of berms on outdoor ranges at the Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. This project, identified as Solicitation N4008525R2605, involves the removal of lead and debris from impact berms, with an estimated completion period of 180 days and a project cost ranging from $500,000 to $1,000,000. The work is critical for maintaining operational safety and environmental compliance at military training facilities. Interested contractors must submit their proposals by April 4, 2025, through the Procurement Integrated Enterprise Environment (PIEE), and are encouraged to attend a pre-proposal site visit on February 26, 2025. For further inquiries, contact Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or Katherine Dinneen at katherine.dinneen@navy.mil.

Files
Title
Posted
Apr 2, 2025, 7:04 PM UTC
The document serves as an amendment to a solicitation regarding a project to de-lead and repair outdoor ranges at Joint Expeditionary Base, Little Creek - Fort Story in Virginia Beach, Virginia. The amendment specifies that offers must acknowledge receipt by the due date, with procedures for submission detailed. The proposal due date is extended to March 19, 2025, due to delays in responding to pre-proposal inquiries made earlier. The document outlines requirements for contractors to acknowledge the amendment and provides clear instructions on how to make changes to existing offers. It emphasizes timelines and procedures to ensure compliance with the solicitation requirements, reflecting standard practices in federal contracting. This amendment plays a critical role in maintaining transparency and fairness in the procurement process while ensuring that all potential offerors are adequately informed regarding changes that could impact their submissions.
Apr 2, 2025, 7:04 PM UTC
The document details an amendment to an existing solicitation related to the de-lead and repair of outdoor range berms at the Joint Expeditionary Base in Virginia Beach, Virginia. The amendment addresses several proposals for information (PPIs) submitted by contractors concerning various aspects of the project, including environmental safety, equipment requirements, and the scope of work. Key actions include notifying contractors of acknowledgment requirements for amendment receipt, extending the proposal due date, and clarifying roles and responsibilities regarding environmental management and safety regulations, particularly concerning lead exposure. Responses indicate that specific requirements, such as monitoring and personal protective equipment for workers, are mandatory in compliance with OSHA standards. The document also outlines that proposals remain valid for 120 days due to fluctuating construction material costs and notes the authority for project oversight. Overall, this amendment reflects the government's commitment to ensuring safety and regulatory adherence during the project while addressing contractor inquiries effectively.
Apr 2, 2025, 7:04 PM UTC
The file outlines an amendment to a solicitation related to the De-lead and Repair of Berms on Outdoor Ranges at the Joint Expeditionary Base in Virginia Beach, Virginia. This amendment acknowledges receipt requirements for offers and extends the proposal deadline from March 19, 2025, to March 20, 2025. Key clarifications include responses to Pre-Proposal Inquiries (PPIs), important updates marked in red, and attachments such as the revised Price Proposal Form and Design Revision. Notable responses address various topics, including contractor requirements for environmental management, quality control roles, and safety compliance, specifically regarding exposure to hazardous materials like lead. The document emphasizes that contractors must follow OSHA standards during earthwork, including the need for monitors and appropriate protective gear. The bid structure is clarified, indicating awards will be based on total work scope, with specific unit prices for different line items. This amendment exemplifies the federal procurement process, maintaining structured communication and compliance standards essential for project execution. Overall, it underscores the importance of detailed planning and adherence to safety regulations in government RFPs and contracts.
Apr 2, 2025, 7:04 PM UTC
This document serves as an amendment for the solicitation related to the de-lead and repair of berms on outdoor ranges at Joint Expeditionary Base, Little Creek - Fort Story in Virginia Beach, Virginia. The primary purpose of the amendment is to provide an updated wage determination, specifically Modification (3) to General Decision Number VA20250167, effective February 28, 2025. The proposal submission deadline remains unchanged at March 20, 2025, at 2:00 PM EDT. The amendment details the acknowledgment process required from potential contractors, emphasizing the importance of timely submissions to avoid rejection. It specifies the applicable wage rates based on the Davis-Bacon Act, which mandates minimum wage for various classifications and includes provisions for paid sick leave under Executive Order 13706. The wage determination lists various construction classifications and corresponding pay rates, illustrating compliance with federal wage standards. It also outlines the appeals process for wage determination disputes, providing contact details for the relevant offices within the Department of Labor. This amendment illustrates the government's commitment to fair labor practices while reinforcing the need for contractors to abide by updated wage regulations.
Apr 2, 2025, 7:04 PM UTC
This document presents Amendment 0005 to Solicitation N4008525R2605 concerning the De-Lead and Repair of Berms on Outdoor Ranges at Joint Expeditionary Base, Little Creek, Virginia Beach. The amendment addresses necessary revisions to the Price Proposal Form, aiming to clarify line item descriptions and update estimated quantities based on contract drawings. Offerors are requested to submit their best and final offers using the revised form by April 1, 2025. It emphasizes that any acknowledgment of the amendment and submission must be received prior to the specified deadline, or the offer may be rejected. Importantly, potential funding issues are highlighted; if funds are not available, no awards will be made, and costs incurred by offerors will not be reimbursed. The amendment also includes detailed instructions for pricing, unit pricing, and possible adjustments based on actual quantities, thus ensuring clarity and fairness in the bidding process. The document is a standard part of the federal procurement process, focusing on ensuring compliance and proper administration of government contracts.
Apr 2, 2025, 7:04 PM UTC
This document serves as an amendment to a solicitation for the project "De-lead and Repair Berms on Outdoor Ranges" at Joint Expeditionary Base, Little Creek, Virginia Beach, Virginia. The amendment requires offers to acknowledge receipt by specified methods to avoid rejection, and it clarifies that contractors do not need to return signed copies of the document. This amendment also addresses a specific Proposal Information Request (PPI) regarding the classification of soil material to be removed—whether it is classified as “Contaminated” or “Hazardous Contaminated.” The cost of disposal varies significantly, with hazardous contaminated soil disposal costing approximately four to five times more than regular contaminated soil. The amendment indicates that further classification of the soil material is necessary before responsible pricing can occur for certain Contract Line Item Numbers (CLINs). All other terms and conditions of the original solicitation remain unchanged. This document reflects the ongoing communication between contracting parties and highlights the importance of precise material classification for cost assessment in federal construction projects.
Apr 2, 2025, 7:04 PM UTC
This document pertains to an amendment of a solicitation for a project involving the de-leading and repair of berms on outdoor ranges at Joint Expeditionary Base, Little Creek - Fort Story in Virginia Beach, Virginia. The amendment informs contractors that the deadline for proposal revisions has been extended due to the submission of additional Pre-Proposal Inquiries (PPIs). The new due date for proposals will be provided in a subsequent amendment along with responses to these inquiries from the design team. The document emphasizes the importance of acknowledging receipt of the amendment by the specified date to avoid the rejection of offers. It also confirms that all other terms and conditions of the original solicitation remain unchanged. The structure includes sections for solicitation identification, modification details, and requirements for acknowledgment by contractors.
Apr 2, 2025, 7:04 PM UTC
This document serves as an amendment to the solicitation for a project titled "De-Lead and Repair Berms on Rodriguez Outdoor Ranges" at Joint Expeditionary Base Little Creek, Virginia Beach. The amendment extends the proposal due date to April 4, 2025, and addresses responses to Pre-Proposal Inquiries (PPIs) concerning soil disposal classifications, pricing considerations for contaminated vs. hazardous contaminated soils, and clarifications on soil removal and project scope. Key points include the significance of confirming the classification of removed soil, which impacts disposal costs, and the necessity for contractors to provide unit prices for specific line items while ensuring these prices are justifiable based on estimated quantities. The document contains forms for the price schedule and outlines the importance of providing accurate pricing to avoid complications in contract awards. The overall purpose focuses on ensuring compliance with federal contracting procedures while encouraging contractors to engage accurately with the RFP requirements to facilitate fair bidding. The government emphasizes the need for proper acknowledgment of the amendment in submitted proposals to avoid rejection.
Apr 2, 2025, 7:04 PM UTC
The document outlines Work Order No. 1795368 for the de-leading and repair of earth berms at the Joint Expeditionary Base Little Creek – Fort Story in Virginia Beach, VA. Managed by NAVFAC MIDLANT, the project entails the removal of lead and debris from the impact berms, followed by compaction and restoration to their original grade. Key sections detail the project’s general requirements, work restrictions, price and payment procedures, and the administration of construction with a focus on safety and compliance. Key procedures include requiring government approval for specific submittals, maintaining communication on contractor personnel, and ensuring all work follows stringent safety regulations. There are also extensive guidelines for project scheduling, documentation, and progress reporting, emphasizing the use of the Electronic Construction and Facility Support Contract Management System (eCMS) for workflows. The aim is to ensure environmental safety and operational efficiency during the construction process while adhering to mandated regulations and schedules, showcasing the government's commitment to maintaining and improving military facilities while ensuring compliance with environmental standards.
Apr 2, 2025, 7:04 PM UTC
The project outlined involves de-leading and repairing impact berms at the Rodriguez Outdoor Ranges, located at Joint Expeditionary Base Little Creek - Fort Story. The scope of work includes clearing vegetation, excavating, and conducting screening to manage soil quality. It aims to ensure compliance with Virginia Department of Transportation standards, as well as adherence to OSHA regulations concerning lead presence in the soil. The contractor is responsible for verifying utility locations and ensuring safe site conditions throughout construction. Key tasks include submitting a traffic control plan, maintaining positive drainage, and restoring disturbed areas with topsoil and sod. The project also emphasizes the removal of any hazardous materials and the restoration of the site to its original state. Each step requires coordination with local authorities to maintain regulatory compliance and safety standards. This initiative reflects the federal commitment to environmental health and safety in military installations.
The Naval Facilities Engineering Command Mid-Atlantic has issued an RFP (N4008525R2605) for the design-build project titled "LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges" at the Joint Expeditionary Base Little Creek – Fort Story in Virginia Beach, VA. The solicitation invites proposals from multiple award construction contract holders to perform de-leading and repairs on outdoor ranges, with an anticipated completion period of 180 calendar days post-award. The estimated project cost ranges from $500,000 to $1,000,000. Key requirements include submitting a bid guarantee and proof of insurance, along with specifics outlined in the RFP. A site visit is scheduled for February 26, 2025, and questions before the proposal due date must be submitted by February 28, 2025. Proposals are due by March 11, 2025, with submissions required exclusively through the Procurement Integrated Enterprise Environment (PIEE). The selected contractor will undergo evaluations primarily based on the lowest price for the project. Emphasizing transparency, the document encourages contractors to attend the pre-proposal site visit for familiarization and clarifies that failure to meet proposal submission requirements may result in disqualification. This project highlights the government’s commitment to maintaining operational safety at military training facilities while ensuring compliance with regulatory standards.
Similar Opportunities
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
P325 HUMAN PERFORMANCE TRAINING CENTER
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the construction of the P-325 Human Performance Training Center at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. This Design-Build project involves constructing a two-story, 40,000 gross square foot training facility for Naval Special Warfare, which includes the demolition of three existing buildings and adherence to high-performance and sustainable building standards. The project is critical for enhancing the operational capabilities of Special Operations Forces personnel and is estimated to have a contract value between $25 million and $100 million, with a completion timeframe of 859 calendar days post-award. Interested contractors must submit their proposals electronically by April 22, 2025, and are encouraged to contact Angela Clifton at angela.j.clifton2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further inquiries.
Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
Y--P791Small Arms Testing and Evaluation Center (SATEC) Range Expansion, JEB Little Creek Fort Story Virginia Beach, Virginia
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, for the expansion of the Small Arms Testing and Evaluation Center (SATEC) Range at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves the construction of seven new training buildings made of reinforced concrete, capable of withstanding ballistic impacts and repetitive breaching. The buildings will support lighting, video monitoring, sound, and other equipment. Additionally, a new Range Control Building will be constructed for control, safety, and monitoring activities. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of the contract is August 2018, with a completion time of 605 calendar days after award.
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, with an emphasis on sustainability and a projected pavement lifespan of 25 years. This initiative is crucial for maintaining operational readiness and addressing environmental concerns associated with historical landfill practices at the site. Interested contractors should note that proposals are due by April 14, 2025, and must comply with specific submission guidelines, including a Small Business Subcontracting Plan. For further inquiries, contact Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
BEQ Repair AS4212
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N40085-25-R-2620, requires qualified General MACC Contractors to undertake construction activities that adhere to strict safety and quality standards, with an estimated cost between $10 million and $25 million, to be completed within 730 days post-award. The procurement emphasizes compliance with federal guidelines, including the Davis-Bacon Act for wage determinations, and mandates the use of the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors must submit their proposals by April 9, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further clarification.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing safety measures, with a focus on sustainable practices as outlined in the recently amended solicitation. This modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, and are encouraged to demonstrate small business participation of at least 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
Building 128 Grounds Improvements
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Building 128 Grounds Improvements" project at Marine Corps Base Camp Lejeune, North Carolina. The project aims to repair existing erosion issues and enhance the functionality of the site surrounding the Building 128 mess hall, which includes optimizing walkways, installing new sidewalks, managing stormwater, and implementing landscaping improvements. This initiative is crucial for maintaining operational integrity while modernizing infrastructure at the military installation. Interested contractors must submit their proposals by April 14, 2025, with an estimated contract value between $250,000 and $500,000, and are encouraged to contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further inquiries.
SOURCES SOUGHT FOR DESIGN-BUILD, RM24-3467 RENOVATE SP17 FOR FLEET LEGAL SERVICES, NAVAL STATION NORFOLK, NORFOLK VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified firms to provide design-build construction services for the RM24-3467 project, which involves renovating Building SP-17 at Naval Station Norfolk, Virginia, to establish a Fleet Legal Services Complex. This project includes partial demolition, renovation, and new permanent modular construction, aimed at supporting the legal needs of the U.S. Navy Second Fleet and is estimated to cost between $100 million and $250 million. Interested contractors, both large and small, must submit their qualifications, including bonding capacity and relevant construction experience, by April 16, 2025, with the anticipated contract award date set for October 2025. For further inquiries, interested parties can contact Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including RF shielding, reconfiguration of spaces, and the establishment of secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors must hold specific indefinite-delivery contracts to submit proposals by May 5, 2025, with a mandatory site visit scheduled for April 9, 2025, and inquiries due by April 16, 2025. For further information, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.