P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
ID: N4008525R2532Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project aims to develop a multi-building complex that includes maintenance shops, warehouses, and covered storage areas for the 1st and 2nd Battalions, 10th Marines, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for enhancing operational capabilities and ensuring the readiness of the Marine Corps units stationed at the base. Proposals are due by January 14, 2026, at 2:00 PM EST, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Hadnot Point AST (Building 1450, Tank Alias 1450-04A), a 250-gallon double-wall steel tank containing Ultra Low Sulfur Diesel Fuel for a boiler, is recommended for permanent closure due to non-compliance. Key issues include being
    Amendment 03 for the P-1556 10th Marines Operational Complex details updates to project specifications and closeout submittals. Key changes include replacing the Project Table of Contents and Section 01 78 00 Closeout Submittals, while removing Section 01 31 50 Transfer and Acceptance of Military Real Property. The Closeout Submittals section outlines procedures for as-built and record drawings, final approved shop drawings, spare parts data, and warranty management. It also specifies requirements for certifications of EPA and USDA designated items. The document defines various terms related to real property transfer and acceptance, including Interim and Final DD Form 1354, and provides guidelines for their submission with associated cost and quantity breakdowns. Cleanup procedures are also detailed, emphasizing adherence to environmental standards and the use of nonhazardous materials.
    Amendment 04, dated November 14, 2025, updates the P-1556 10th Marines Operational Complex project. This amendment replaces entire sections of the project's specifications, including the PROJECT TABLE OF CONTENTS, SUBMITTAL REGISTRY, Construction Waste Management and Disposal, Deconstruction, Plumbing, HVAC Air Distribution, Industrial Ventilation and Exhaust, and Decentralized Unitary HVAC Equipment. It also adds a new section for Terminal Heating Units. Furthermore, numerous drawings across various buildings (A1, A2, A5, B1–B1445, C1–HP500, D1–B1450, and Site) are replaced with revised versions dated November 14, 2025. These drawing revisions include specific updates such as adding accessible shower locations, revising plumbing and mechanical schedules, modifying gas meter details, updating foundation plans, correcting references, and adjusting demolition and site plans. Key construction notes detail material matching, drainage, bollard specifications, and updated sheet references, ensuring compliance and clarity for the project's continued development.
    The P1556 10th Marines Operational Complex project at MCB Camp Lejeune, NC, outlines comprehensive requirements for construction and waste management. It mandates the use of NAVFAC's Electronic Construction and Facility Support Contract Management System (eCMS) for all project documentation, emphasizing electronic submissions and strict protocols for user access, security, and information classification. The project requires the diversion of a minimum of 60% of construction and demolition waste from landfills, necessitating a detailed Construction Waste Management Plan. This plan must cover waste stream delineation, recycling/reuse strategies, and disposal methods, with regular meetings and meticulous record-keeping. Demolition activities must follow a Deconstruction Plan aimed at maximizing material salvage and recycling, adhering to strict safety and environmental regulations. The overall goal is to modernize the facility while ensuring efficient project management, environmental responsibility, and adherence to governmental standards.
    Amendment 05 to Project P-1556, the 10th Marines Operational Complex, dated November 26, 2025, details revisions to the construction drawings. Specifically, it addresses Building C1 – HP500, requiring the replacement of drawing C-504, DETAILS (NAVFAC No. 12915486) with a revised sheet incorporating Revision 05. A key change is the deletion of detail B1/C-504, which pertained to the Personnel Gate. This amendment was approved by Sofia Schwartz, AMB Director, MCB Camp Lejeune, on March 19, 2025, for the Commander NAVFAC. The document includes standard departmental and contractor information, indicating updates to a construction project at Marine Corps Base Camp Lejeune.
    This government file, Project P-1556, details settlement estimate calculations for a uniformly loaded rectangular/square footing using the Boussinesq solution, based on CPT (Cone Penetration Test) data from sounding SCPTu-01. The footing, measuring 6.0 feet by 6.0 feet (1.83 meters by 1.83 meters), is designed for a load of 150.0 kips, resulting in an applied bearing pressure of 4.17 ksf (2.00 Bars). Its bottom elevation is 18.5 feet, with a footing embedment of 2.5 feet (0.76 meters) below the CPT ground and adjacent final ground elevation of 21.0 feet. The file includes extensive settlement computations, presenting layered data on depth, thickness, stress factors, constrained deformation modulus, delta stress, and strain. The detailed tabular data allows for a comprehensive analysis of the footing's expected settlement under the specified load conditions.
    Amendment 01 to Project P-1556 for the 10th Marines Operational Complex, dated June 13, 2025, outlines critical revisions to several NAVFAC drawings. These revisions primarily involve updating existing sheets with revision 1 dated June 11, 2025, to include additional elevation information for various water, sewer, and storm pipe systems. Specific drawings affected include those for the Artillery Shelter and NMESIS Compound Water, Maintenance Shop Water and Sewer, Humidity Controlled Warehouse Water (East and West), Humidity Controlled Warehouse Sewer (East and West), NMESIS Storm Pipe Outfall, and NMESIS Storm Pipe South. One drawing, NAVFAC No. 12915784, CU206, Humidity Controlled Warehouse Storm Pipe 1, also requires clarification of a keynote and removal of a keynote tag. The amendment emphasizes detailed updates to infrastructure plans, ensuring accurate elevation data and clarity in key design elements for the operational complex.
    Amendment 02 for the P-1556 10th Marines Operational Complex project, dated September 26, 2025, details revisions to several demolition and utility plans. Key updates include labeling existing pipe sizes on Demolition Plan – Area 2 (NAVFAC No. 12915750, CD102) and Humanity Controlled Warehouse Water East (NAVFAC No. 12915775, CU104). Demolition Plans – Area 4 and 5 (NAVFAC Nos. 12915752, CD104 and 12915753, CD105, respectively), and the Utility Layout - Overall (NAVFAC No. 12915772, CU001) now feature updated existing pipe type labels. Additionally, the Artillery Shelter and NMESIS Compound Water plan (NAVFAC No. 12915773, CU102) includes labeled pipe sizes and a new gate valve, while the Maintenance Shop Water and Sewer plan (NAVFAC No. 12915774, CU103) has an added gate valve and corrected pipe profile. These amendments ensure accurate and up-to-date documentation for the operational complex's infrastructure modifications.
    AECOM prepared Addendum #2 to the Geotechnical Engineering Report for the FY24 MILCON Project P-1556 10th Marines Maintenance & Operations Complex at Marine Corps Base, Camp Lejeune, NC. This addendum, dated April 11, 2024, addresses several revisions requested by NAVFAC Mid-Atlantic. Key updates include adding a pavement core photo log, revising boring logs with updated termination notes and new logs for temporary offset groundwater monitoring wells (B-04-TW, B-07-TW, B-15-TW, B-19-TW, and B-21-TW), updating the expected seasonal high groundwater table to be between 3 to 5 feet below existing grades, and clarifying that recommended bearing capacities for Displacement Densified Aggregate Piers are achievable. All recommendations and limitations from the original report and Addendum #1 remain applicable.
    AECOM's Addendum #3 to the Geotechnical Engineering Report addresses proposed changes for the FY24 MILCON Project P-1556, 10th Marines Maintenance & Operations Complex at Marine Corps Base Camp Lejeune, Jacksonville, NC. This addendum, dated September 16, 2024, specifically analyzes and recommends a cantilever retaining wall to the west of the Humidity Controlled Warehouse, replacing the previously considered MSE retaining wall. The proposed cantilever wall, approximately four feet high, requires the removal of 24 inches of uncontrolled fill and replacement with compacted structural fill beneath its base for stability and frost protection. Analysis using GeoStudio v2021 Slope/W confirmed the retaining wall meets global stability requirements and factors of safety against sliding and overturning. An allowable soil bearing pressure of up to 2000 psf is recommended to limit settlement to less than one inch. This report integrates with previous addendums and the original geotechnical report, ensuring comprehensive engineering oversight for the project.
    This Geotechnical Engineering Report and Addendum, prepared by AECOM for NAVFAC Mid-Atlantic, details the geotechnical site characterization for the FY24 MILCON Project P-1556 at Marine Corps Base Camp Lejeune. The project involves constructing an operational complex with various new structures and additions, including maintenance shops, warehouses, and weather shelters. The report outlines existing site conditions, proposed construction, historical imagery review, and existing geotechnical information. It presents results from recent field explorations, including soil borings and seismic cone penetration tests, identifying significant uncontrolled fill and variable subsurface conditions. Recommendations are provided for foundation types (spread footings on natural soils or densified displacement aggregate piers), floor slab subgrade preparation, seismic design criteria (Site Class CD), and liquefaction potential (low). The document also addresses corrosion potential of soils to ductile iron pipes and sulfate concentrations for concrete design. The project aims to modernize facilities while addressing complex geological and environmental factors.
    This Geotechnical Engineering Report by AECOM details the engineering analysis and recommendations for the P-1556 10th MARINES MAINTENANCE AND OPERATION COMPLEX at MCB Camp Lejeune, NC. The report includes a site vicinity plan, historical orthophotos from 1993, 2003, 2009, 2014, 2019, and 2023, and plans for soil boring and SCPTu locations for various proposed structures, including building additions, humidity-controlled warehouses, NMESIS weather shelters, artillery weather shelters, a field maintenance shop, and a Hazmat/flammable storage shed. The document also provides figures illustrating restrained wall lateral earth pressures and specifications for over-excavation and backfill beneath footings using AASHTO #57 crushed stone and non-woven geotextile to address uncontrolled fill material or soft soil. The report provides critical geotechnical information for the project's design and construction, ensuring structural integrity and compliance with engineering standards.
    The Geotechnical Engineering Report and Addendum, prepared by AECOM for NAVFAC Mid-Atlantic, details the geotechnical site characterization for the FY24 MILCON Project P-1556 10th Marines Maintenance & Operations Complex at Camp Lejeune, NC. The project involves constructing new structures and additions, including a Field Maintenance Shop, Humidity Controlled Warehouse, NMESIS Weather Shelters, and an Artillery Weather Shelter. The report identifies significant uncontrolled fill and potential PFAS contamination due to the site's history as a fly ash dump. It provides recommendations for shallow spread footings, with some structures requiring ground improvement using Densified Displacement Aggregate Piers due to unsuitable soil conditions. Floor slab subgrade recommendations include ground improvement for specific structures and the implementation of a passive vapor intrusion mitigation system due to potential contamination.
    The NAVFAC MIDLANT Permits Record of Decision (PROD) Rev. 2 outlines the environmental and design-related permits for the P-1556 10th MARINES NMESIS Complex project at Marine Corps Base Camp Lejeune – Stone Bay – MARSOC. The project, managed by Scott Littlefield, is divided into Planning-Environmental and Design Submission phases. The Planning-Environmental phase requires permits for Essential Fish Habitat Assessment Consultation, Marine Mammal Protection Act compliance, Take Permits, and Endangered/Species/Critical Habitat assessments. The Design Submission phase focuses on water pollution control, including Erosion & Sediment Control, Stormwater Management (with three permits approved for Main Ops Complex and Armory sites), Wastewater Collection System, and Wastewater Pump Station permits. Future considerations include permits for Pretreatment, Septic Systems, and various NPDES discharge permits, indicating a comprehensive approach to environmental compliance throughout the project's lifecycle.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic, issued a Sources Sought Notice to identify small businesses capable of providing construction services for the Design-Bid-Build (DBB) P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. The project involves constructing various facilities, including warehouses, maintenance shops, and storage areas for the Navy-Marine Expeditionary Ship Interdiction System and Remotely Operated Ground Unit for Expeditionary Fires vehicles. Eligible firms include service-disabled veteran-owned, veteran-owned, HUB-Zone, 8(a), and women-owned small businesses. Respondents must submit a capabilities package detailing relevant projects completed in the last seven years, showcasing experience in construction projects of at least $35 million, with specific focus on complexity elements like working in occupied spaces and project sequencing. The contract's NAICS code is 236220, with a cost magnitude between $25 million and $100 million. This notice is meant for market research to evaluate small business capabilities before any procurement decision. Submissions are due by November 19, 2024. Late responses will not be accepted, and all provided information will remain confidential.
    The document is a Pre-Proposal Inquiry Submission Form (N4008525R2532) for a DESIGN-BID-BUILD (DBB) project identified as P1556, focusing on the 10th Marines Maintenance and Operations Complex at Marine Corps Base (MCB) Camp Lejeune, North Carolina. This form, likely part of a federal government Request for Proposal (RFP) or grant application process, serves as a structured method for potential bidders or grantees to submit questions or inquiries prior to the proposal submission. It includes fields for reference, question, page, section, paragraph, and attachment details, along with sections for the submitter's name and date. The form's purpose is to facilitate clear communication and address any ambiguities regarding the project scope, requirements, or specifications, ensuring all prospective parties have a comprehensive understanding before submitting their final bids.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide provides instructions for vendors to register and manage roles within the DoD's PIEE platform, which streamlines solicitation processes. New users can self-register for an account, selecting either a "Proposal Manager" role to submit offers or a "Proposal View Only" role. Existing users can add these roles to their accounts. The guide outlines step-by-step procedures for account creation, profile completion, role selection, and justification. It also provides essential support information, including resources for getting started, account administration, and technical assistance. The document details the specific actions and menu items available to each vendor role, ensuring users understand their permissions within the system.
    Attachment C, titled "Construction Experience Project Data Sheet," is a standardized form for documenting a firm's construction experience in government RFPs, federal grants, or state and local RFPs. It requires detailed information across ten sections, including the type of experience (Offeror, Joint-Venture), the firm's role (Prime, Subcontractor), and project specifics such as contract numbers, award and completion dates, location, and award/final amounts. The form categorizes work by type (New Construction, Renovation) and contract (Firm-Fixed Price, Cost/Time and Material), specifically detailing construction projects like Design-Build or Design-Bid-Build. It also mandates a comprehensive description of the project's relevancy to the RFP requirements, including unique features, sustainable certifications, and the work self-performed by the firm.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document for evaluating contractor performance in federal government RFPs. It requires contractors to provide detailed information on their firm, past contracts, and project descriptions, including complexity and relevance to current submissions. Clients then complete sections assessing the contractor's performance across various categories: quality, schedule, customer satisfaction, management/personnel, cost/financial management, and safety/security. The questionnaire uses a standardized rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions for each. Clients are encouraged to submit the completed form directly to the offeror, who then submits it with their proposal to NAVFAC. This form is essential for government agencies to assess risk and make informed decisions on future contract awards.
    Attachment E, "Historical Small Business Utilization," is a mandatory form for all offerors (large and small businesses) responding to RFP N40085-25-R-2532. Its purpose is to provide historical data on small business utilization and participation for projects submitted under Factor 1, Corporate Experience, and is crucial for evaluating Factor 5, Small Business Utilization and Participation. Offerors must complete the form with project details, including contract/task order numbers, project titles, offeror size, performance role (prime, subcontractor, JV), and subcontracting plan requirements. The form requires entering actual dollar values and percentages for small business subcontracting, along with established goals where applicable. If goals were unmet or if there was no small business subcontracting achievement, detailed explanations are required. All percentages must be rounded to the nearest tenth of a percent. The document defines key terms such as Total Project Dollar Value, Total Self-Performed Value, and Total Subcontract Value to ensure accurate reporting. Submissions in alternative formats or with additional attachments will not be evaluated.
    Attachment F, the Small Business Participation Commitment Document (SBPCD), is a mandatory form for all offerors (both large and small businesses) for federal contract N40085-25-R-2532, concerning the DBB P1556 10th Marines Maintenance and Operations Complex at MCB Camp Lejeune, NC. Its primary purpose is to evaluate Factor 5, Small Business Utilization and Participation, by detailing the offeror's commitment to subcontracting with small businesses. The form requires offeror information, including prime contractor size and applicable socioeconomic categories for small businesses. It also mandates a subcontracting breakdown of total contract value, self-performed work, and subcontracted work. A critical component is the Small Business Participation table, which requires dollar values and percentages of Total Contract Value for various small business categories, with a minimum 20% total small business participation requirement. Offerors must provide detailed explanations if this minimum is not met or if firm commitments with subcontractors are not yet in place. Large businesses must also explain why subcontracting would not be efficient if they do not intend to subcontract.
    The document outlines a mandatory Individual Small Business Subcontracting Plan for large businesses, adhering to FAR 19.704 and FAR clause 52.219-9. It details requirements for establishing subcontracting goals across various small business categories—including Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business, Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB)—as well as AbilityOne organizations, Alaskan Native Corporations, and Indian Tribes. The plan mandates documentation of methods for developing goals, identifying potential subcontractors, and administering the subcontracting program. It also specifies reporting requirements via the Electronic Subcontracting Reporting System (eSRS) and emphasizes maintaining records to ensure compliance, fair competition, and timely payments to small business subcontractors. The plan is subject to review and approval by relevant government entities, including the Contracting Officer and Small Business Administration.
    The document outlines the design specifications and project table of contents for the P-1556 10th Marines Maintenance & Operations Complex at Marine Corps Base Camp Lejeune, NC. Designed by MBF Architects, P.A., with various specialized consultants, the project covers extensive architectural, structural, mechanical, electrical, plumbing, fire protection, and telecommunications work. The file details general requirements, demolition, concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, and special construction. It also includes comprehensive lists of drawings for several buildings, including a Field Maintenance Shop, Humidity Controlled Warehouse, NMSIS Shelter, Artillery Shelter, B1337 Addition Building, and B1445 Addition Building, specifying general, life safety, structural, architectural, interior design, fire protection, plumbing, mechanical, electrical, and telecommunications plans.
    The document outlines the design and construction specifications for the P-1556 10th Marines Operational Complex's Field Maintenance Building at Marine Corps Base Camp Lejeune. It details the building's purpose, design criteria, and compliance with various building codes and Unified Facilities Criteria (UFCs), including those for structural integrity, fire protection, and accessibility. Key aspects include a mixed-occupancy building (Business and Special Purpose Industrial), a wet pipe sprinkler system, and an emergency voice/mass notification fire alarm system. The document also specifies structural design loads for snow, wind, and seismic activity, along with general construction notes, shop drawing requirements, and detailed information on concrete, reinforcing steel, and anchor installations. Hazardous material storage limitations are also noted, emphasizing safety and regulatory adherence.
    The document outlines the design and construction specifications for the P-1556 10th Marines Operational Complex, specifically a Humidity Controlled Warehouse at Marine Corps Base Camp Lejeune, NC. This final submittal details governing regulations, including UFC and NFPA codes, for building, accessibility, mechanical, electrical, plumbing, and fire safety. It covers general project notes, life safety criteria such as exit capacities, occupant loads, and fire resistance ratings for building elements and exterior walls. The project involves various design teams for architectural, civil, structural, mechanical, electrical, plumbing, and fire protection aspects. Key structural design criteria include loads for snow, wind, and seismic activity. The document also provides extensive structural notes on concrete, reinforcing steel, and mechanical anchors, emphasizing compliance with manufacturer instructions and special inspection requirements. The primary goal is to establish a safe, compliant, and functionally sound operational complex.
    This government file outlines the design and construction plans for the P-1556 10th Marines Operational Complex, specifically focusing on two NMESIS (Navy Marine Expeditionary Ship Interdiction System) Shelters (A3-3) at Marine Corps Base Camp Lejeune, NC. The project involves building new shelters with a total gross area of 17,394 square feet, incorporating galvanized metal structures, standing seam metal roofs, and concrete slabs designed to shed water. The file details governing regulations and codes, including Unified Facilities Criteria (UFCs), International Building, Mechanical, and Plumbing Codes, NFPA standards, and accessibility guidelines (UFAS, ADA, ADAAG). It also includes general construction notes, a symbol legend, abbreviations, and design criteria for structural elements such as superimposed dead and live loads, snow, wind, and seismic considerations. Key construction requirements include field verification of dimensions, coordination of lay-down areas, government approval for material submittals, and maintaining operational routines in active areas. Bird screening is to be installed to prevent nesting, and exterior color selections require government approval. The design team includes various engineering and architectural firms responsible for different aspects of the project.
    The document outlines the structural design criteria and general construction notes for the P-1556 10th Marines Operational Complex at Marine Corps Base Camp Lejeune, North Carolina. This project, overseen by the Naval Facilities Engineering Systems Command (NAVFAC), involves the construction of an Artillery Weather Shelter. The file details governing regulations including Unified Facilities Criteria (UFC), International Building Code (IBC) 2021, and various NFPA codes for accessibility, mechanical, electrical, plumbing, and fire safety. Key design criteria cover superimposed dead loads, live loads, snow, wind, seismic forces, and rain intensity. The document also provides extensive notes on foundation requirements, concrete specifications, reinforcing steel, and the use of mechanical and powder-actuated anchors. Structural steel and metal deck fabrication and erection guidelines are also specified, emphasizing adherence to AISC and SDI standards. The project prioritizes safety, compliance, and coordination among various engineering disciplines.
    The document outlines the design and construction specifications for the P-1556 10th Marines Operational Complex, Building 1337 Addition at Marine Corps Base Camp Lejeune, NC. It details architectural and structural requirements, including applicable building codes (UFC, IBC, NFPA standards), life safety criteria, and design loads for snow, wind, and seismic activity. Key aspects cover general construction notes, fire protection systems (wet pipe sprinklers, emergency voice/mass notification), and hazardous material storage limitations. The file also specifies concrete and reinforcing steel standards, foundation design, and installation procedures for mechanical and adhesive anchors. It emphasizes adherence to manufacturer instructions, industry standards (ASTM, ACI, AWS), and the need for rigorous review and approval of shop drawings and site conditions by the Contracting Officer and Engineer.
    This government file outlines the design and construction requirements for the P-1556 10th Marines Operational Complex, specifically the Building 1445 Addition at Marine Corps Base Camp Lejeune, NC. The project adheres to various building codes and Unified Facilities Criteria (UFC) for structural, mechanical, electrical, plumbing, and fire safety systems. Key aspects include a non-separated mixed-use occupancy (Business and Storage), Type II-B construction, and the implementation of wet pipe sprinkler and fire alarm systems. The document details design criteria for dead and live loads, snow, wind, and seismic forces, along with specifications for concrete, reinforcing steel, and anchor systems. General project notes emphasize coordination, field verification, and adherence to security requirements, while also listing the design team and their respective disciplines.
    The P-1556 10th Marines Operational Complex project at MCB Camp Lejeune involves the construction of the HP500 Armory Building. This final design submittal, dated March 19, 2025, details architectural, structural, and civil engineering plans, adhering to Unified Facilities Criteria (UFC), International Building Code (IBC) 2021, and NFPA standards. The facility combines Business and Storage occupancies with required fire protection systems, including wet/dry sprinklers and fire alarms. The design specifies construction type V-B, meeting stringent fire resistance and egress capacity requirements. Geotechnical boring logs reveal variable soil conditions and PFAS contamination, necessitating specific handling procedures. General notes cover site access, staging, demolition, grading, and utility coordination, emphasizing compliance with environmental regulations and safety protocols, especially regarding PFAS chemicals and unexploded ordnance. This project represents a comprehensive effort to modernize naval facilities while ensuring safety and environmental compliance.
    The document outlines the design and construction for the P-1556 10th Marines Operational Complex Building 1450 Addition at Marine Corps Base Camp Lejeune. It details the governing regulations, including various Unified Facilities Criteria (UFCs), International Building Codes (IBC), and NFPA standards, covering accessibility, mechanical, electrical, plumbing, and fire safety. The project involves an addition to Building 1450, with specific life safety criteria, fire resistance ratings, and hazardous material storage limitations. The document also provides structural design criteria, including loads for roof, floor, vehicle bay, snow, wind, and seismic activity, and lists various design team consultants. Key general and structural notes emphasize adherence to drawings, specifications, and safety protocols for construction, concrete, and anchoring systems. The project will proceed in phases, with emphasis on coordination and compliance.
    This government file outlines the design and construction details for the P-1556 10th Marines Operational Complex at Marine Corps Base Camp Lejeune. The project, approved by NAVFAC and MCB Camp Lejeune, involves an S-1 storage occupancy building for hazardous materials. It adheres to various codes, including UFC, IBC 2021, IMC 2021, NFPA 70 (2023), IPC 2021, and NFPA 101 (2024). Key aspects include structural design based on a 2,000 PSF soil bearing pressure, specific requirements for concrete and reinforcing steel, and detailed notes on mechanical and powder-actuated anchors. The document specifies hazardous material storage limits for aerosols, combustible, and flammable liquids. It details design criteria for dead and live loads, snow, wind, and seismic activity, ensuring a robust and compliant facility. The file also outlines general construction notes, emphasizing coordination, material verification, and adherence to security and approval protocols.
    This government price schedule outlines the cost breakdown for the P-1556 10th Marines Operational Complex project, encompassing base prices for various buildings and site work, along with several option items. The base price includes subtotals for individual buildings like the A1 Field Maintenance Shop and A2 Humidity Controlled Warehouse, as well as site work phases and specific tasks such as providing Densified Displacement Aggregate Piers and handling PFAS contaminated soil. Option items cover additional work like subgrade soil undercut and disposal, demolition of buried concrete, and the provision of Audio Visual (A/V) Systems and Furniture, Fixtures, and Equipment (FF&E) for different buildings. The document details bidding instructions, emphasizing that awards will be based on the total sum of the base contract and all options. It also specifies conditions for exercising options, bonding requirements, and a Handling and Administration Rate (HAR) for FF&E and A/V, not to exceed 5%.
    This government file outlines the price schedule and conditions for the P-1556 10th Marines Operational Complex project. It details the base price (CLIN 0001) for the entire work, broken down into various sub-items (0001A-0001Q) covering specific buildings, site work phases, and environmental remediation tasks like PFAS contamination and oily water disposal. Additionally, it includes several option items (CLINs 0002-0007) for potential work such as subgrade soil undercut, buried debris removal, and Audio Visual (A/V) system and Furniture, Fixtures, and Equipment (FF&E) procurement and installation for different buildings. The document specifies that award will be based on the total sum of the base price and all options. It also provides detailed bid notes, including conditions for exercising options, evaluation criteria, and requirements for bonding and a Handling and Administration Rate (HAR) for FF&E and A/V, emphasizing that failure to provide a price for any line item will lead to proposal rejection.
    The document outlines the comprehensive demolition of multiple buildings (1461, 1462, 1463, 1464, 1465, and 1425) and Shelter S1447, along with an adjacent wash rack/oil/water separator at Marine Corps Base Camp Lejeune, NC. The scope includes the complete removal of all structural components, utility systems (electrical, communications, HVAC, plumbing), insulation, framing, roofing, flooring, and foundations, as well as overhead/underground utilities to their main connections. The sites will be backfilled, leveled, and prepared for new construction. Contractors must verify dimensions and review lead and asbestos reports, being responsible for handling hazardous materials and protecting personnel from exposure. Existing fire extinguishers and brackets are to be returned to the government. The file also includes detailed boring logs (B-01 to B-06 and B-04-TW) from various dates in September and October 2023, providing geotechnical information on soil composition, moisture content, and groundwater observations for the project site.
    The document is a "Sources Sought - Contractor Information Form," designed for potential contractors to provide essential details as part of federal or state RFP processes. It requires information such as the contractor's DUNS and CAGE Codes, firm name, address, and primary point of contact details, including name, phone number, and email. Contractors are prompted to classify their business type by checking applicable categories, which include designations like SBA-certified 8(a) or HUBZone firms, and veteran or women-owned small businesses. Additionally, the form seeks information on the contractor’s bonding capacity, specifically the name of the surety and maximum bonding limits per project and in aggregate. The final section allows for extra space to clarify any of the requested items but explicitly states that the content of the form must not be altered. This form serves as a preliminary assessment tool to identify interested and qualified contractors for government projects, ensuring compliance with various small business classifications and bonding requirements necessary for potential federal contracts. In summary, the document standardizes the information-gathering process for contractors responding to government solicitations, aiding in the evaluation and selection for upcoming projects.
    The document, titled "Figure 1 DD Maneuver Area MCB Camp Lejeune North Carolina," is a map depicting the DD Maneuver Training Area at MCB Camp Lejeune. The map outlines the Historic DD Maneuver Training Area Boundary and the UXO-21 Site Boundary. It also labels various roads and streets within the area, including F17 RANGE RD, EAST RD, G10 PERIMETER RD N, GIBB RD, LOUIS RD, SNEADS FERRY RD, DUNCAN ST, MULBERRY ST, CENTER RD, HICKORY ST, ELM ST, FIR ST, GONZALEZ BLVD, ASH ST, CEDAR ST, DOGWOOD ST, F6 RANGE RD, WEST RD, GUM ST, DOG 11 TANK TRL, O ST, FRANKLIN ST, HAMMOND RD, MICHAEL RD, LYMAN RD, BIRCH ST, UNNAMED CONNECTOR RD, HEMLOCK ST, TURRET RD, MCHUGH BLVD, and SIM CENTER DR. The map includes a legend indicating the scale (1 inch = 700 feet) and the symbols for the boundaries and buildings. This document is likely associated with federal government RFPs or grants related to environmental assessments, remediation, or infrastructure projects at military installations, specifically concerning unexploded ordnance (UXO) sites and training area management.
    The document outlines the design-build project for Motor-T Facility Repairs at Building 1450, MCB Camp Lejeune, NC, overseen by NAVFAC Mid-Atlantic Division. It includes detailed architectural, structural, plumbing, mechanical, fire protection, electrical, and telecommunications drawings. The project involves site preparation, demolition, and improvements, with specific notes on utility protection, erosion control, and material disposal. Key revisions were made in December 2020 via ASI-002 and ASI-003. The distribution of this document is restricted to U.S. government agencies and their contractors for operational security.
    The document outlines the civil work plans for the 10th Marine Armory and Combat Engineers Battalion Armories, located at MCB Camp Lejeune, Jacksonville, NC. It includes a comprehensive drawing index covering demolition, layout, utilities, grading, drainage, and typical sections for both armories. Key plans detail demolition of existing structures and utilities, new construction layouts, and the installation of storm drains, sanitary sewers, and water systems. The document also provides extensive legends, abbreviations, and general notes, including survey data and material specifications. Vicinity and location maps are included, with elevations referenced to the Marine Corps Base Datum in meters. Specific details on pavement, walk, detention basin, drainage, and security fence designs are provided, along with soil boring locations. The project emphasizes adherence to design standards, utility rerouting, and detailed construction specifications for the modernization and development of these armory facilities.
    This government file, Amendment 0001, updates the Instructions to Offerors for a solicitation by providing specific details for a mandatory site visit. The amendment, issued on 02 October 2025, incorporates changes to Section 4.1 SITE VISIT, which now includes the date, time, and location of the visit, as well as contact information for the Site Visit POC, Daniel Ross. Prospective offerors are required to email Daniel Ross by Monday, 06 October 2025, 1200 EDT, with their company name and a list of attendees to gain base access. This update is critical for all offerors to ensure they can participate in the site visit and understand the project site conditions, which are essential for their proposals.
    This document is Amendment/Modification Number 0002 to Solicitation Number N4008525R2532 for the "DESIGN-BID-BUILD, P1556 10TH MARINES MAINTENANCE AND OPERATIONS COMPLEX, MARINE CORPS BASE (MCB) CAMP LEJEUNE, NORTH CAROLINA." Issued on October 8, 2025, this amendment provides critical updates to the solicitation. The proposal due date of November 4, 2025, at 2:00 PM EST remains unchanged. The amendment incorporates a site visit log, site drawings (labeled "BLDG P1556 - 1760523 COMBINED"), and two drawing amendments ("1760523 DWG Amendment 01" and "1760523 DWG Amendment 02"), detailing all drawing revisions. This ensures all potential offerors have the latest information for their proposals.
    Amendment 0003 for solicitation N4008525R2532 extends the proposal due date from November 4, 2025, to November 21, 2025, at 2:00 PM EST, for the DESIGN-BID-BUILD, P1556 10TH MARINES MAINTENANCE AND OPERATIONS COMPLEX project at MCB Camp Lejeune, North Carolina. This amendment also clarifies instructions for Pre-Proposal Inquiries (PPIs), maintaining the PPI cutoff date of October 21, 2025. Offerors must acknowledge this amendment to ensure their proposals are considered. All other terms and conditions remain unchanged.
    Amendment 0004 to Solicitation N4008525R2532 extends the proposal due date for the Design-Bid-Build project P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. The original due date of November 21, 2025, 2:00 PM EST, has been extended to December 4, 2025, 2:00 PM EST. This amendment, issued on November 12, 2025, by NAVFAC SYSCOM MID-ATLANTIC, requires offerors to acknowledge receipt to ensure their proposals are considered. All other terms and conditions of the solicitation remain unchanged. The purpose of this amendment is to provide additional time for offerors to submit their proposals for this significant construction project.
    Amendment 0005 to solicitation N4008525R2532 extends the proposal due date to January 8, 2026, and updates instructions to offerors, specifically regarding Corporate Experience. The amendment clarifies project size, scope (now including renovation), and complexity requirements for submitted projects. It also addresses numerous Proposer Questions and Issues (PPIs) covering various aspects of the project, including clarification on site drawings, safety personnel requirements, interpretation of specifications, material requirements, and testing procedures. Key clarifications include defining project sites for SSHO requirements, confirming the scope of work for certain systems (e.g., POLS, AV, CCTV), and providing details on material specifications. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. The overall purpose of this amendment is to provide necessary updates and clarifications to ensure a fair and informed bidding process for the DESIGN-BID-BUILD, P1556 10TH MARINES MAINTENANCE AND OPERATIONS COMPLEX project.
    This amendment to solicitation N4008525R25320006 for the DESIGN-BID-BUILD, P1556 10TH MARINES MAINTENANCE AND OPERATIONS COMPLEX, MARINE CORPS BASE CAMP LEJEUNE, NORTH CAROLINA, addresses multiple updates and clarifications. Key changes include modifying clauses related to Annual Representations and Certifications (FAR 252.204-7007 Alternate A) and adding new clauses concerning Contractor Compliance with Cybersecurity Maturity Model Certification (CMMC) Level Requirements (DFARS 252.204-7021 and 252.204-7025). The amendment specifies CMMC Level 1 (Self) as the minimum requirement for contractors prior to award and details compliance, reporting, and subcontracting obligations. Additionally, it updates the Value Engineering-Construction clause (FAR 52.248-3) and provides responses to various industry questions regarding pricing, CUI designations, liquidated damages, and technical specifications for various construction elements.
    Amendment 0007 to Solicitation N4008525R2532, dated January 2, 2026, for the DESIGN-BID-BUILD, P1556 10TH MARINES MAINTENANCE AND OPERATIONS COMPLEX, MARINE CORPS BASE (MCB) CAMP LEJEUNE, NORTH CAROLINA, addresses several inquiries and clarifications. The proposal due date remains January 8, 2026, at 2:00 PM EST. Key amendments include clarification on the removal of an Aboveground Storage Tank (AST) near Building 1425, specifying the Contractor's responsibility for its removal, and providing details about the tank's size (250 gallons), material (Double Wall Steel/HDPE Liner/Concrete), and contents (ultra-low sulfur diesel fuel, no record of prior removal). It also clarifies that natural gas tanks will be removed by the gas company. Additionally, the amendment confirms that hose reels in Building A5, P-102, and P-701 are to be Contractor Furnished, Contractor Installed (CFCI) and wall-mounted. Regarding PFAS-contaminated soil and dewatering effluent (CLIN 0001N and 0001O), the amendment directs bidders to bid per the RFP, implying adherence to the specified treatment and disposal as non-hazardous materials at a PFAS-permitted, lined non-hazardous facility.
    This document is Amendment 0008 to Solicitation N4008525R2532 for the "DESIGN-BID-BUILD, P1556 10TH MARINES MAINTENANCE AND OPERATIONS COMPLEX, MARINE CORPS BASE (MCB) CAMP LEJEUNE, NORTH CAROLINA." The primary purpose of this amendment is to extend the proposal due date from January 8, 2026, to January 14, 2026, by 2:00 PM EST. Additionally, it incorporates a revised Wage Determination, General Decision Number NC20260010, dated January 2, 2026. The amendment also includes updated information on contractor responsibilities, such as acknowledging receipt of amendments, providing utilities for construction, meeting minimum insurance requirements (workers' compensation, general liability, automobile liability), and contractor performance information reporting. It clarifies that only the Contracting Officer has the authority to bind the Government and outlines the wage determination appeals process. All other terms and conditions of the original solicitation remain unchanged.
    This government solicitation, N4008525R2532, is an unrestricted Design-Bid-Build (DBB) request for proposals for the P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. The project involves constructing a multi-building complex including warehouses, maintenance shops, and covered storage areas for the 1st and 2nd Battalions, 10th Marines. The estimated construction cost is between $25 million and $100 million. Proposals will be evaluated based on price and non-price factors: Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. Technical factors and past performance are equally important and, combined, are approximately equal to price. Offerors must submit detailed price proposals, demonstrate relevant experience, present a comprehensive management and safety plan, and commit to a minimum of 20% small business participation. Proposals are due by November 4, 2025, at 2:00 PM local time via the PIEE Solicitation Module.
    The document outlines the requirements for a complete, addressable fire alarm and mass notification system, including a wet-pipe fire sprinkler system, for a federal government facility. The project emphasizes adherence to UFC 3-600-01, UFC 4-021-01, NFPA 70, NFPA 72, and NFPA 101. Key aspects include system design, installation, coordination with other building systems, and obtaining necessary permits and approvals. The contractor is responsible for providing final system layout drawings, battery and voltage drop calculations, and ensuring proper placement of notification appliances, smoke detectors, and control modules. The document also details wiring, conduit, power, and battery backup requirements, as well as specific installation instructions for various devices. A detailed sequence of operations for alarm, trouble, and supervisory conditions is provided. The fire sprinkler system must comply with NFPA 13 (2019) and undergo hydrant flow tests, with hydraulic calculations based on an area/density approach. The summary also includes a fire alarm legend and sprinkler design density tables for different hazard classifications.
    This government file addresses the justification for using "brand name or equal" descriptions in federal construction contracts, specifically for interior finishes, without limiting competition. Citing DFARS 211.14(c)(2) and 10 U.S.C. 3204(a)(1), the document explains that brand names are essential to convey the Basis of Design (BOD) for aesthetic and functional requirements, as mandated by Unified Facilities Criteria (UFC) 3-120-10 Interior Design. Despite proprietary specifications, the intent is not to restrict competition, as contractors can propose equivalent products, consistent with FAR 52.236-5. The government ensures fair and reasonable costs through various comparison techniques and actively seeks to prevent any limitations on competition. The document includes a detailed attachment listing specific brand name products, models, colors, and quantities for various interior finishes, such as paint, flooring, and casework, to serve as a reference for the required quality and aesthetic standard.
    AECOM prepared a Geotechnical Engineering Report for the FY24 MILCON Project P-1556, 10th Marines Maintenance & Operations Complex at Marine Corps Base, Camp Lejeune, NC. The project involves constructing new facilities and additions, including maintenance shops, warehouses, weather shelters, and a parking lot. The report details existing site conditions, proposed construction, historical imagery, and previous geotechnical information. AECOM's recent field exploration involved soil borings and seismic cone penetration tests, revealing uncontrolled fill and natural sandy/cohesive soils. Key recommendations include using spread footings on natural soils or densified displacement aggregate piers for foundations, depending on fill depth. The report also provides floor slab subgrade recommendations, seismic design criteria (Site Class CD), liquefaction potential analysis (low), and guidelines for restrained walls and corrosion protection for ductile iron pipes. It emphasizes the need for qualified personnel to verify bearing soils during construction and addresses potential environmental considerations like PFAS contamination and vapor intrusion mitigation.
    This Geotechnical Engineering Report by AECOM details the P-1556 10th Marines Maintenance and Operation Complex project at MCB Camp Lejeune, NC. The report includes a site vicinity plan, historical orthophotos from 1993, 2003, 2009, 2014, 2019, and 2023, and plans for soil boring and SCPTu locations for various proposed structures, including building additions, humidity-controlled warehouses, weather shelters, and a field maintenance shop. It also provides figures for restrained wall lateral earth pressures and specifications for over-excavation and backfill beneath footings using AASHTO #57 crushed stone and non-woven geotextile. This report is crucial for understanding the geological conditions and engineering requirements for the planned construction and expansion at the facility.
    AECOM prepared a Geotechnical Engineering Report for the FY24 MILCON P-1556 10th Marines Maintenance & Operations Complex at Marine Corps Base, Camp Lejeune, NC. The project involves constructing several new structures and additions, including maintenance shops, warehouses, weather shelters, and a POV parking lot. The report details existing site conditions, subsurface explorations, and provides geotechnical engineering recommendations for foundations, floor slabs, seismic design, and retaining walls. Key findings indicate the presence of uncontrolled fill requiring ground improvement methods like Densified Displacement Aggregate Piers (DDAPs) for most structures, while some can use spread footings on natural soils after fill removal. The report also addresses groundwater, soil corrosion potential, and seismic site classification, classifying the site as Site Class CD with low liquefaction potential.
    This government file details a comprehensive geotechnical investigation (Project P-1556, Sounding SCPTu-01) conducted at Camp Lejeune, North Carolina, on September 27, 2023. The investigation includes seismic tests to determine soil velocities at various depths (up to 84.91ft), with a hammer to rod string distance of 3.28ft. It also features extensive Cone Penetrometer Test (CPT) results, providing data on constrained deformation modulus, total settlement, vertical stress increments, and vertical strain. Furthermore, the file includes detailed soil behavior type (SBT) classifications based on friction ratio, pore pressure, and Ic value, categorizing soils from sensitive fine-grained to gravelly sand. Soil modulus interpretations present Young's Modulus and Over-Consolidation Ratios. Cone Penetrometer Test results also display pore pressure, friction ratio, sleeve friction, and corrected tip resistance, along with an enlarged scale for tip resistance. Finally, soil shear strength interpretations provide data on sensitivity, undrained shear strength, and the angle of internal friction, including SPT N60-Values. The ground surface elevation is approximately 21.0 feet, with a water depth of around 12.5 feet.
    The document outlines a list of specified materials and products required for a government procurement project, covering various categories including flooring, partitions, casework, and painting. The products are categorized by type, manufacturer, model, color, and size, encompassing items such as Armstrong floors, Dur-A-Flex epoxy flooring, INPRO corner guards, and Wilsonart solid surfaces. Additionally, the document contains a reference to finish schedules dated March 20, 2024. The purpose of this list is to facilitate the acquisition process for federal, state, and local agencies during their renovation or construction projects, providing clear specifications for materials that meet government standards. This structured format aids vendors in responding effectively to RFPs and grants by ensuring compliance with specified requirements. The document serves as a crucial component in the overall planning and execution of facilities improvements in alignment with governmental objectives and budgetary constraints.
    The SOURCES SOUGHT – PROJECT INFORMATION FORM is a structured document for contractors to provide detailed information regarding relevant project experience in response to government RFPs. Each contractor must fill out one form per project, detailing specifics such as contractor name, project number, contract details, award date, final contract price, project type, and completion status. It also requires information about project ownership, the role of the contractor (prime or subcontractor), contract type, project description, percentage of self-performed work, and contact details for a knowledgeable project representative. The form encourages concise responses, limited to two pages per project while ensuring the integrity of the content. This document aims to streamline the process of evaluating potential contractors by obtaining essential project data that showcases their suitability for future government contracts or grants.
    The document is a contact list for the SOLICITATION NUMBER N40085-25-R-2532 DESIGN-BID-BUILD, P1556 10TH MARINES MAINTENANCE AND OPERATIONS COMPLEX project at Marine Corps Base Camp Lejeune, North Carolina, with a date of October 8, 2025, at 09:00 AM (EDT). It lists various individuals, their titles, companies or departments, and email addresses. The contacts include roles such as contract specialists, area managers, project executives, superintendents, estimators, sales engineers, project managers, and branch managers from a range of construction, engineering, and service companies, as well as government personnel from ROICC Camp Lejeune and the US Navy. The list serves as a directory of key personnel involved in or interested in this federal government design-bid-build project.
    The government file details the specifications, status, and compliance of an Aboveground Storage Tank (AST) at Hadnot Point's HP-500 Weapons Storage facility. The AST, installed on October 31, 2002, has a 2000-gallon capacity for No. 2 Fuel Oil, used for an emergency generator. It is currently in use but marked "Not Compliant" due to an inoperable pipe sump liquid sensor and a cracked concrete shell. The tank features double-wall steel construction with an HDPE liner and concrete, and includes corrosion protection, spill catchment, and overfill protection via a liquid level gauge. However, several deficiencies are noted, including a corroded normal vent pipe, ungrounded status, and non-functional high-level alarms. The file also outlines the tank's location, latitude and longitude, and details regarding its pipe construction, delivery systems, and secondary containment.
    Similar Opportunities
    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
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals 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 East, primarily focusing on the P-1538 SOF Armory project at Camp Lejeune, North Carolina. The contract aims to provide comprehensive construction services, including the construction of an armory building and supporting infrastructure, with an estimated budget ranging from $10 million to $25 million and a completion timeframe of 835 calendar days. This procurement is crucial for enhancing military facilities and ensuring operational readiness, with a total estimated contract value not exceeding $975 million over five years. Proposals are due by 2:00 PM EST on January 28, 2026, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    Repair BEQ AS4211
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Repair BEQ AS4211 project located at Marine Corps Air Station (MCAS) New River in North Carolina. This project, estimated to cost between $10 million and $25 million, involves extensive renovations and upgrades to various building systems, including the installation of a new fire alarm and mass notification system, as well as improvements to infrastructure such as parking lots and sidewalks. Only a select group of seven General MACC Contractors are eligible to submit proposals, with a proposal submission deadline set for January 14, 2025, and a completion timeline of 730 days post-award. Interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details and to ensure compliance with all requirements outlined in the solicitation documents.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves roof repairs and is open exclusively to a pre-approved list of six Roofing MACC Contractors, with an estimated contract value between $1,000,000 and $5,000,000. The successful contractor will be required to complete the work within 450 days of award, adhering to strict safety and administrative protocols, and will face liquidated damages of $800 per calendar day for delays. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Replace Holcomb Blvd Culvert Pipe
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFAC Mid-Atlantic, is soliciting proposals for the replacement of the Holcomb Blvd Culvert Pipe at Marine Corps Base Camp Lejeune, North Carolina. This project involves the demolition and replacement of an existing culvert pipe, installation of new infrastructure, and adherence to strict environmental, health, and safety regulations. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 7, 2026, at 3:00 PM EST, following a mandatory site visit that occurred on December 17, 2025. Interested contractors must be on the pre-approved list and can contact Emily Walton at emily.a.walton6.civ@us.navy.mil or 757-994-5759 for further details.
    Chiller Replacement Bldgs. 128, 227, BB125, and RR135
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers in Buildings 128, 227, BB125, and RR135 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as Solicitation N40085-26-R-9005, requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, and supervision for the installation of new chillers, chilled water pumps, and associated electrical components, with a focus on minimizing disruption to ongoing facility operations. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, at 2:00 PM EST, and a site visit scheduled for December 30, 2025. Interested contractors should acknowledge Amendment 0001 in their submissions and can contact Tony Benson or Lauren Loconto for further information.
    FC306 Laundry Room
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the FC306 Laundry Room project at Marine Corps Base Camp Lejeune, North Carolina. This opportunity is specifically set aside for small businesses, with only pre-selected contractors eligible to submit proposals for construction services, which include various phases of work such as demolition, plumbing, and electrical systems. The estimated contract value ranges from $100,000 to $250,000, with a completion timeline of 180 days, and proposals are due by February 6, 2026, at 2:00 PM EST. Interested contractors can contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further details.
    N4008526R0148: P475 Aircraft Maintenance Hangar
    Dept Of Defense
    The Department of Defense, through NAVFAC SYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project entails the design and construction of a multi-story hangar compliant with F-35B Joint Strike Fighter specifications, including high bay, administrative, and data network areas, as well as a Special Access Program Facility (SAPF) and a multi-level parking facility with approximately 400 spaces. The estimated construction cost ranges from $100 million to $250 million, emphasizing the project's significance in supporting military aviation operations. Proposals are due by February 5, 2026, at 2:00 PM, and interested parties can contact Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146 for further information.
    DLA: Roof Repairs Buildings 147 and 148
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs and structural modifications at Buildings 147 and 148 located at Marine Corps Air Station Cherry Point, North Carolina. The project encompasses comprehensive structural repairs, roof system replacements, and exterior wall repairs, specifically targeting various bays within the buildings, with a total estimated cost between $10 million and $25 million. This procurement is critical for maintaining the integrity and safety of the facilities, which will remain occupied during the work. Interested small businesses must submit proposals by January 16, 2026, and acknowledge the recent amendment extending the Request for Information deadline to December 29, 2025. For further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or call 910-939-9848.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    P993/995, F-35 Aircraft Maintenance Sustainment Center and Composite Repair Facility, MCAS Cherry Point, NC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the construction of the F-35 Aircraft Maintenance Sustainment Center and Composite Repair Facility at Marine Corps Air Station Cherry Point, North Carolina. This procurement involves a firm fixed price construction contract that requires adherence to specific brand name or equal descriptions for approximately 119 items across various design disciplines, ensuring that all materials meet or exceed established quality and performance standards. The project is critical for maintaining the operational readiness of the F-35 aircraft, emphasizing the importance of high-quality construction materials and finishes, including those from manufacturers such as Armstrong, Sherwin Williams, and Wilsonart. Interested parties should direct inquiries to Brittany Cristelli at brittany.n.cristelli.civ@us.navy.mil by 12:00 PM EST on January 20, 2026, as this notice is not a request for proposal.