Z--RM12-2137, REPAIR RUNWAYS 14-32 and 6-24 PHASES 2 and 3 NAS PATUXENT RIVER PATUXENT RIVER, MARYLAND
ID: N4008017R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

PSC

MAINT, REPAIR, ALTER REAL PROPERTY (Z)
Timeline
    Description

    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM Washington for the repair of runways 14-32 and 6-24 at NAS Patuxent River in Patuxent River, Maryland. The service being procured is the repair of the runways in phases 2 and 3. This service is typically used to maintain and ensure the proper functioning of the runways, allowing for safe aircraft operations.

    Point(s) of Contact
    Trang Tran 202-685-3114
    Files
    No associated files provided.
    Similar Opportunities
    Z--Special Notice for Base Operations Support (BOS) Services Contract Located at Naval Air Station (NAS) Patuxent (PAX) River, Maryland
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services Contract at Naval Air Station (NAS) Patuxent (PAX) River, Maryland. The contract is for providing support services for the base operations at NAS Patuxent River.
    Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.
    N69450-25-R-0014 - RUNWAY 15-33 REPAIRS LOCATED AT BARKSDALE AIR FORCE BASE (AFB), BOSSIER CITY. LOUISIANA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast, is soliciting bids for the repair of Runway 15-33 at Barksdale Air Force Base in Bossier City, Louisiana. The project involves the repair or alteration of airport runways and taxiways, which is critical for maintaining operational readiness and safety at the airbase. Interested contractors should note that the procurement falls under the NAICS code 237310, focusing on highway, street, and bridge construction. For further inquiries, potential bidders can contact Cynthia McMonigle at cynthia.a.mcmonigle.civ@us.navy.mil or Sheila Borges at sheila.i.borges.civ@us.navy.mil, both reachable at 904-542-6606.
    RECAPITALIZE RUNWAY 1-19 at U.S. COAST GUARD BASE ELIZABETH CITY, NC.
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors to recapitalize Runway 1-19 at the U.S. Coast Guard Base in Elizabeth City, North Carolina. The project involves design-build demolition and construction aimed at restoring the runway for operational use, including paving, installing new LED lighting systems, and ensuring compliance with FAA regulations and quality control standards. This initiative is crucial for maintaining operational efficiency and safety at a key military installation, with a project budget estimated between $45 million and $55 million. Interested contractors must submit proposals by March 14, 2025, and can direct inquiries to Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or Michele Williams at michele.b.williams2@uscg.mil.
    NAVAIR Moving Support Services
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Air Division, is soliciting proposals for Moving Support Services at Patuxent River, Maryland, under an 8(a) set-aside contract. The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year duration, including one base year and four option years, focusing on the transportation, setup, and handling of office materials, furniture, and sensitive equipment, along with minor carpentry and electrical work. This contract is crucial for ensuring efficient and secure moving services within various facilities, emphasizing compliance with security protocols and effective communication. Interested contractors must submit their proposals by March 7, 2025, and can contact Joshua H. Rogers at joshua.h.rogers9.civ@us.navy.mil or 240-309-9290 for further information.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is seeking qualified contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to support large-scale construction projects, with a maximum contract value of $8 billion, encompassing a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and build of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further details and to ensure compliance with submission requirements.
    Y--Design-Bid-Build Contract P1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the construction of P-1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California. The project includes the construction of new airfield paving, a parking apron, wash rack, taxiway, and a helipad in support of VRM-30 CMV-22B aircraft squadron. The estimated price range for construction is between $25,000,000 and $100,000,000. The RFP will be available on the Navy Electronic Commerce Online (NECO) website by 15 March 2019. A pre-proposal conference including a site visit will be conducted.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    16--NRP,FWD AIRSTAIR AS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is soliciting proposals for the repair and modification of the FWD AIRSTAIR AS. This procurement requires that all repairs be conducted by FAA-certified suppliers who can provide an FAA Authorized Release Certificate, specifically the FAA Form 8130-3 Airworthy Approval Tag. The items to be repaired must be returned to a Ready for Issue (RFI) condition, adhering to vendor repair manuals, and all repairs must be accompanied by the necessary airworthiness documentation. Interested vendors should submit their quotes via email to Dylan E. Payne at dylan.e.payne.civ@us.navy.mil by the specified closing date in the solicitation. For further inquiries, potential bidders can contact Mr. Payne at 215-697-2579.
    Repair Brick Facade Cracks, Building 4298
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the repair of brick façade cracks at Building 4298, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves installing expansion joints and matching repairs to existing masonry, with an estimated contract value of less than $25,000 and a completion timeline of 75 days post-award. This maintenance work is crucial for ensuring the structural integrity of the facility while minimizing disruption to ongoing operations, particularly fueling activities. Proposals are due by 12:00 PM EST on March 4, 2025, and interested contractors should direct inquiries to Josef Vallone or Ericka J. Bishop via the provided contact information.