1101 Forklift Ramp
ID: N4008525R9014Type: Combined Synopsis/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 Systems Command (NAVFAC), is soliciting proposals for the construction of a forklift ramp at Building 1101, located at Camp Lejeune, North Carolina. This project, identified by Solicitation No. N40085-25-R-9014, is a Total Small Business Set-Aside and requires contractors to adhere to specific guidelines, including compliance with the Davis-Bacon Act for wage determinations and a completion timeline of 180 days. The ramp construction is crucial for facility upgrades, ensuring operational efficiency and safety within the military context. Proposals are due by August 8, 2025, and interested contractors should contact Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) related to the repair of the forklift ramp at Building 1101, located at Camp Lejeune, North Carolina. It includes a detailed location map, vicinity map, and various drawings indicating the scope of work, including demolition plans and new construction specifications for the ramp. Key areas covered comprise the overall design and structural details necessary for the renovation, with specific sections delineating longitudinal and transverse views of the new ramp structure. The project appears crucial for facility upgrades, ensuring compliance with operational needs. The combination of maps and specifications illustrates the precise locations and procedures required for the project execution, reflecting standard practices in federal RFP processes.
    The document outlines various administrative and procedural requirements related to federal contracts, specifically focusing on contractor submissions and approvals associated with preconstruction, testing, and closeout activities. It details the necessary materials that contractors are required to submit for approval, which includes a range of plans and reports such as Accident Prevention Plans, Equipment Delivery Schedules, and Monthly Exposure Reports. Each submission item is categorized and linked to specific types of actions required during the contract life cycle, emphasizing compliance with regulatory standards and safety measures. The structured format of the document indicates a systematic approach to managing contracts, delineating timelines for submission reviews and approvals while ensuring all necessary documentation is tracked for effective project execution. This serves to facilitate government oversight and maintain high standards in construction and project management processes as part of federal and state RFPs.
    The document outlines the specifications and requirements for a construction project at the Marine Corps Base Camp Lejeune, North Carolina. It details the work covered by contract documents, including the project description and location specifics. A phased construction schedule is mandated, along with protocols for the protection, removal, and repair of existing structures. Contractors are responsible for locating underground utilities and must notify the Contracting Officer's Representative prior to excavation. Work restrictions are emphasized, highlighting special scheduling requirements and contractor access protocols, including compliance with safety regulations. The submission of various documents, including a schedule of prices and specifications for payments, is required as part of the contract. The document stipulates requirements for contractor qualifications, project management, and communication. Additionally, a comprehensive submittal procedure is specified, detailing types of submittals and their approval processes. The government has established guidelines for the management of electronic documents via the eCMS platform, emphasizing security and compliance with unclassified information protocols. This document serves to ensure contractors perform effectively under federal and military guidelines, contributing to operational safety and project success within the context of government RFPs and grants.
    The Camp Lejeune Contractor Environmental Guide serves to assist contractors at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in adhering to federal and state environmental laws and the U.S. Marine Corps (USMC) environmental policies. The guide outlines crucial environmental management requirements, including compliance with various Executive Orders and Marine Corps Orders related to pollution prevention and environmental compliance. It details the roles of the Environmental Management Division and the Installation and Environment Department, emphasizing contractor responsibilities for environmental impact prevention and reporting. Key topics include training prerequisites for contractors, procedures for air quality management, hazardous materials handling, and emergency response protocols. Air quality regulations, such as the Clean Air Act, and the necessity for permits for major emission sources are specified. The guide underscores that contractors must complete environmental awareness training before working onsite, fostering a commitment to environmental responsibility. The document is structured into sections addressing specific environmental aspects, ensuring contractors are well-informed and equipped to maintain environmental integrity while fulfilling military operations. Overall, it reinforces the importance of compliance and proactive environmental management in support of the Marine Corps mission.
    The MAXIMO Initial Equipment Inventory and Replacement/Update Form is designed to assist in cataloging and updating various equipment types within governmental facilities. Key equipment categories listed include generators, chillers, pumps, heat pumps, air handlers, and boilers, reflecting the range of mechanical systems that require inventory management and potential replacement. The form allows documentation of existing equipment alongside any new or replacement items, capturing critical details such as manufacturer, model number, and motor specifications. Additionally, it encompasses the logging of demolished or removed equipment to maintain an accurate inventory. The objective of this document aligns with federal and state RFP processes, ensuring that local and federal agencies can efficiently manage assets, facilitate maintenance, and adhere to regulatory requirements for government properties. This systematic approach aids in prioritizing replacements and upgrades, thereby optimizing operational efficiency and improving service delivery.
    The document outlines a Request for Proposal (RFP) from the Naval Facilities Engineering Systems Command (NAVFAC) for the construction of a forklift ramp at Camp Lejeune, North Carolina. The project, identified by Solicitation No. N40085-25-R-9014, has a completion timeline of 180 days and a cost range of $25,000 to $100,000. It specifies that only a select list of contractors may submit proposals, each with designated points of contact. A site visit is scheduled, and proposals are due by August 8, 2025. Contractors must adhere to wage determinations as per the Davis-Bacon Act, with specific minimum wage rates outlined for various construction positions. Bid and performance bond requirements vary based on proposal values. Additionally, the RFP emphasizes the importance of minimizing disruption to ongoing operations during construction. The document concludes with a reminder that funding is not guaranteed, highlighting that no reimbursement will be provided for proposal costs if funding sources are unavailable. This RFP illustrates the government’s structured approach to procurement, emphasizing compliance, operational continuity, and adherence to federal regulations in public works projects.
    Lifecycle
    Title
    Type
    1101 Forklift Ramp
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors for the replacement of a hydraulic passenger elevator at the DLA Distribution Building B159, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves the complete replacement of the elevator along with any incidental related work, with an estimated project magnitude between $1,000,000 and $5,000,000. This procurement is a total small business set-aside, meaning only offers from small business concerns will be accepted, and a bid bond of 20 percent of the bid price or $3,000,000, whichever is less, is required. Interested parties can find further details and the solicitation on SAM.gov when available, and they may contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for additional information.
    2 (two) 5K Forklift Lease and Maintenance for 12 Months plus two 12 months option periods.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking proposals for the lease and maintenance of two 5K forklifts for a duration of 12 months, with the option to extend for two additional 12-month periods. This procurement aims to ensure the availability of reliable material handling equipment, which is crucial for operational efficiency at the specified location. Interested vendors should note that this opportunity is set aside for small businesses, in accordance with FAR 19.5, and the primary point of contact for inquiries is Brandon Lee, who can be reached at brandon.r.lee.civ@us.navy.mil. Proposals must be submitted in accordance with the solicitation guidelines, with further details available upon request.
    Purchase and Installation of Heavy Duty Ramp
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the purchase and installation of a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to provide a modular ramp that allows safe access for trucks and boat trailers to an existing loading dock, accommodating a minimum load of 26,000 lbs, while adhering to strict safety and structural standards. This procurement is crucial for enhancing operational efficiency and safety at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their offers by 1:00 PM local time on December 10, 2025, via email to Shawn Jenkins, and may arrange a site visit by contacting either Shawn Jenkins or Angela Barker.
    25--RAMP ASSEMBLY FIFTH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of six units of the RAMP ASSEMBLY FIFTH, identified by NSN 2510015790131. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), and all responsible sources are encouraged to submit electronic quotes by the specified deadline. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.
    FRCE: Site Prep for Ultrasonic Degreaser B133
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses for the preparation and installation of an ultrasonic degreaser system at the Fleet Readiness Center East (FRCE) in Havelock, North Carolina. The project involves the installation of an ultrasonic cleaning system and supporting chiller, along with necessary concrete demolition, new concrete work, electrical and plumbing utilities, and roof modifications. This procurement is crucial for enhancing maintenance capabilities and is estimated to have a contract value between $1 million and $5 million, with a total contract duration of 380 days. Interested small businesses must submit their qualifications and evidence of capability by December 8, 2025, to Sarah Maready at sarah.a.shugart.civ@us.navy.mil.
    Repair Fuel System B4505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. This project involves the repair of three fuel storage tanks, associated piping, equipment, and the concrete pad, with strict adherence to government regulations and procedures. The estimated cost for this project ranges between $500,000 and $1,000,000, and work must be completed within 180 calendar days, with proposals due by January 12, 2026, at 2:00 PM EST. Interested contractors must be among the specified General MACC holders and are required to attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.