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 encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. 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
    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.
    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 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.
    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 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.
    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.
    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.
    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
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.
    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.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in 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 deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical upgrades including roof repairs, structural strengthening, electrical enhancements, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, with a completion deadline of 630 calendar days from the start date. Interested contractors must submit their proposals by December 9, 2025, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.
    FRCE: Site Prep for Ultrasonic Degreaser B133
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses for the preparation and installation of an ultrasonic degreaser system at the Fleet Readiness Center East (FRCE) in Havelock, North Carolina. The project involves the installation of an ultrasonic cleaning system and supporting chiller, along with necessary concrete demolition, new concrete work, electrical and plumbing utilities, and roof modifications. This procurement is crucial for enhancing maintenance capabilities and is estimated to have a contract value between $1 million and $5 million, with a total contract duration of 380 days. Interested small businesses must submit their qualifications and evidence of capability by December 8, 2025, to Sarah Maready at sarah.a.shugart.civ@us.navy.mil.