Design-Bid-Build (BBD), Firm-Fixed-Price (FFP), Construction Contract for P021 Lighterage and Small Craft Facility at Marine Corp Support Facility (MCSF) Blount Island Command (BIC), Jacksonville, Florida.
ID: N6945024R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Bid-Build (BBD), Firm-Fixed-Price (FFP) construction contract for the P021 Lighterage and Small Craft Facility at the Marine Corps Support Facility Blount Island Command in Jacksonville, Florida. The project aims to construct a facility that supports lighterage and small craft operations, which are critical for the operational readiness of the Marine Corps. Interested contractors should note that the procurement falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and the PSC code Y1PZ, related to the construction of other non-building facilities. For further inquiries, potential bidders can contact Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846.

    Files
    No associated files provided.
    Similar Opportunities
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting bids for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard Base in Florida. This project involves the construction of a 22,696 square-foot facility that includes a hangar bay for load crew training, administrative offices, classrooms, and environmental remediation of the site, with an estimated contract value between $10 million and $25 million. The procurement is set aside for small businesses, emphasizing the government's commitment to engaging smaller contractors in significant defense projects. Interested bidders must submit their proposals by 10:00 AM on March 20, 2025, and are encouraged to direct any inquiries to the primary contact, TSgt Frederick Cherry, at frederick.cherry.1@us.af.mil or 904-741-7405.
    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 P-909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is soliciting bids for the replacement of waterfront transformers and igloos at Naval Station Mayport, Florida. This project involves commercial and institutional building construction, specifically focusing on the repair or alteration of utility systems to enhance operational capabilities. The successful contractor will play a crucial role in ensuring the reliability and efficiency of the electrical infrastructure at the naval station. Interested parties can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or contact Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    P103 NOTU Engineering Test Facility at Cape Canaveral, FL
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast, is soliciting proposals for the construction of the P103 NOTU Engineering Test Facility at Cape Canaveral, Florida. This project involves the construction of a facility dedicated to testing and measurement, which is critical for supporting various defense operations and technological advancements. The procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized under the PSC code Y1JB for construction of testing and measurement buildings. Interested contractors can reach out to Sheila Borges at sheila.i.borges.civ@us.navy.mil or by phone at 904-542-6606, or contact Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    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, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    B2080 Renovation of Galley, Emergency Department and Pharmacy at Naval Air Station Jacksonville, Florida.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is seeking contractors for the renovation of the galley, emergency department, and pharmacy at Naval Air Station Jacksonville, Florida. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the repair or alteration of hospitals and infirmaries as indicated by the PSC code Z2DA. The successful contractor will play a crucial role in enhancing the facilities that support military personnel and their families. Interested parties can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or contact Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    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
    Buyer not available
    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.
    Design-Bid-Build, P502 Replace Fuel Pier, Marine Corps Air Station Beaufort, South Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the Design-Bid-Build project to replace the fuel pier at Marine Corps Air Station Beaufort, South Carolina. This project entails the demolition of an existing pier built in 1957 and the construction of a modern T-shaped facility that meets Department of Defense standards, featuring concrete piles, mooring dolphins, and a dual fuel piping system to enhance operational redundancy. The construction is critical for maintaining ongoing operations during the project and is expected to take 790 calendar days post-award, with an anticipated contract award by August 2025. Interested contractors must register in the System for Award Management (SAM) and can contact Scott Schulz at scott.c.schulz.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil for further information.
    IDIQ Small Business Multiple Award Construction Contract for General Construction Projects Primarily for the Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Small Business Multiple Award Construction Contract focused on general construction projects primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point in North Carolina. The procurement aims to award approximately five contracts, with an estimated total construction cost not to exceed $495 million over five years, emphasizing the participation of small businesses in fulfilling federal contracting obligations. This initiative is critical for maintaining and enhancing military facilities, ensuring compliance with safety and quality standards, particularly in light of ongoing renovations and the management of hazardous materials such as asbestos. Interested contractors should submit their proposals, including past performance evaluations, by the specified deadlines, and may direct inquiries to Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.