P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
ID: N4008525R2532Type: Presolicitation
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 Command Mid-Atlantic, is seeking contractors for the construction of the P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance operational capabilities for the Marines stationed at the base. The successful contractor will be responsible for the construction of various facilities that support maintenance and operational functions, which are critical for the readiness of military operations. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or call 757-341-1999 for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.

    Point(s) of Contact
    Files
    Title
    Posted
    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 "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 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.
    Similar Opportunities
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement is aimed at providing comprehensive facilities support services, including maintenance and management tasks, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, with a base period of one year and four optional years. The services are critical for ensuring operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to maintaining high-quality infrastructure. Interested small businesses must submit their proposals by 2:30 PM EST on March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate proposal preparation.
    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 NAVFAC Mid-Atlantic office, is seeking qualified contractors for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on general construction services for Marine Corps Installations East. This procurement aims to provide essential construction services, including the repair or alteration of miscellaneous buildings, primarily at Camp Lejeune in North Carolina. The selected contractors will play a crucial role in supporting the infrastructure needs of the Marine Corps, ensuring operational readiness and facility maintenance. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further details.
    IDIQ Small Business Multiple Award Construction Contract for General Construction Projects Primarily for the Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Small Business Multiple Award Construction Contract focused on general construction projects primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point in North Carolina. The contract, which is a total small business set-aside under NAICS code 236220, aims to enhance construction capabilities with an estimated value of up to $495 million over five years, including a 'seed project' for the Design Wing Relocation at Camp Lejeune. This procurement is critical for ensuring compliance with federal construction standards while providing opportunities for small businesses to participate in government contracts. Interested contractors must submit their proposals, including past performance evaluations, by the specified deadlines, and can direct inquiries to Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    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.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the demolition of fifty-three buildings at Marine Corps Base Camp Lejeune in North Carolina. This project, categorized as a Firm-Fixed Price (FFP) contract, is entirely set aside for small businesses and requires compliance with federal regulations regarding hazardous materials, including asbestos and lead-based paint, identified in prior surveys. The successful contractor will be responsible for all aspects of the demolition, including labor, supervision, and the safe disposal of hazardous materials, with a performance period of 365 days post-award. Interested parties must submit sealed bids by 10:00 AM local time on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    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.
    Landfill Maintenance and Repair Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The contract, designated as a firm-fixed-price agreement, is set aside for small businesses and encompasses a base period of 12 months with four optional one-year extensions. The contractor will be responsible for providing labor, materials, and supervision to ensure compliance with the Performance Work Statement and various annexes, reflecting the importance of maintaining operational standards for waste management and environmental protection. Proposals are due by 2:30 PM EDT on March 27, 2025, and interested parties should contact Benjamin A. Bryan at benjamin.a.bryan.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the IR Demo Projects FY24 at Marine Corps Base Camp Lejeune, North Carolina, focusing on the demolition of fifty-three buildings. The project requires contractors to provide all necessary labor, equipment, and supervision while adhering to safety and environmental regulations, particularly concerning hazardous materials such as asbestos and lead-based paint identified in prior surveys. This demolition initiative is crucial for improving facility safety and operations at the military base, with a firm-fixed-price contract set aside exclusively for small businesses under NAICS code 238910. Proposals are due by 10:00 AM (EST) on March 19, 2025, and interested vendors should 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 information.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.