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
    Description

    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting bids for the de-leading and repair of earth berms at the Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, VA. The project involves the removal of lead and debris from impact berms, followed by compaction and restoration to original grade, ensuring compliance with environmental safety standards and operational efficiency. This initiative is crucial for maintaining military facilities while adhering to stringent safety regulations, including those set by the Virginia Department of Transportation and OSHA. Interested contractors, particularly small businesses, can contact Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or 757-462-5329 for further details, with proposals due by the specified deadline.

    Files
    Title
    Posted
    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.
    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.
    Similar Opportunities
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility spanning approximately 60,000 square feet, which includes the demolition of existing structures and aims to enhance operational capabilities for Navy personnel. The facility will incorporate various specialized spaces, including maintenance rooms, storage areas, and administrative offices, all designed to meet stringent federal construction standards and operational requirements. Interested contractors must submit their proposals electronically by January 31, 2025, with a project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    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.
    Thimble Shoal Maintenance Dredging
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Norfolk District, is preparing to solicit bids for the Thimble Shoal Maintenance Dredging project in Hampton, Virginia. This procurement aims to maintain and enhance dredging facilities, which are crucial for ensuring navigable waterways and supporting maritime operations. The project falls under the NAICS code 237990, indicating it pertains to Other Heavy and Civil Engineering Construction, and is classified under the PSC code Z1KF for maintenance of dredging facilities. Interested contractors can reach out to Amy Coody at amy.h.coody@usace.army.mil or call 757-201-7883, or contact Tiffany Kirtsey at Tiffany.N.Kirtsey@usace.army.mil or 757-201-7132 for further details.
    New Office Navy Reserves Recruiting Center- Virginia Beach, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 4,651 to 5,534 usable square feet of office space in Virginia Beach, VA, to serve as a new Navy Reserves Recruiting Center. The procurement aims to secure a fully serviced lease that includes essential operational requirements such as 24-hour unrestricted access, adequate communication infrastructure, and designated parking for government vehicles, while adhering to federal regulations regarding accessibility and environmental considerations. Proposals must be submitted by 2:00 PM EST on February 28, 2025, with evaluations based on price and technical factors, and interested parties can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or Velta Williams at velta.i.williams@usace.army.mil for further information.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the IR Demo Projects FY24 at Marine Corps Base Camp Lejeune, North Carolina, specifically for the demolition of fifty-three buildings. The project requires contractors to manage the demolition process while adhering to safety and environmental regulations, particularly concerning hazardous materials such as asbestos and lead-based paint, as identified in prior surveys. This procurement is crucial for maintaining facility safety and operational efficiency at the military base, with a firm-fixed-price contract set aside exclusively for small businesses under NAICS code 238910. Interested vendors must submit their proposals in hard copy by 10:00 AM (EST) on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    Great Wicomico Rehabilitation Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the Great Wicomico Rehabilitation Project, a construction initiative located in Virginia. This project involves the restoration of real property and falls under the category of Other Heavy and Civil Engineering Construction, with a total small business set-aside designation. The procurement process is crucial for ensuring transparency and accountability, as it involves evaluating bids from contractors, with total evaluated prices ranging from approximately $2.2 million to $2.9 million. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or call 757.201.7883 for further details regarding the solicitation.
    FY25 Baltimore Harbor & Channels Maintenance Dredging - Cape Henry Channel, Chesapeake Bay, VA
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking sources for the maintenance dredging of the Cape Henry Channel in Chesapeake Bay, Virginia. This procurement aims to ensure the navigability and safety of the harbor and channels, which are critical for maritime operations and local economic activities. The project falls under the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction, and is categorized under the PSC code Z1KF for maintenance of dredging facilities. Interested parties can reach out to Amber Rose at amber.l.rose@usace.army.mil or Gary Faykes at Gary.Faykes@usace.army.mil for further information regarding this opportunity.
    DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, located in Virginia Beach, Virginia. The project aims to modernize and enhance control systems critical for operational efficiency, with an estimated contract value between $250,000 and $500,000. This initiative is part of a broader federal effort to maintain and improve infrastructure, ensuring facilities operate optimally. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals by March 12, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.
    MOTSU 25-001 Berm Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.