N4008526R0032 - Misc Paving, Concrete and Minor Construction (Base + 4 Option Year IDIQ) at Naval Weapons Station Earle
ID: N4008526R0032Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for miscellaneous paving, concrete, and minor construction services at Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contract, which is a total small business set-aside, encompasses a base year and four option years, with an estimated value between $1,000,000 and $5,000,000, and includes a minimum guarantee of $25,000. The successful contractor will be responsible for various tasks including pavement installation and maintenance, concrete rehabilitation, and installation of traffic control devices, all while adhering to strict safety and documentation protocols. Proposals are due by February 6, 2026, at 11:00 AM EST, and interested contractors must attend a mandatory site visit on January 16, 2026, at 10:00 AM EST. For further inquiries, contact Jessica Mercurio at jessica.a.mercurio.civ@us.navy.mil or Joseph Henrius at joseph.henrius@navy.mil.

    Files
    Title
    Posted
    The government file details various procurement requests and outlines different categories for goods and services. It appears to be a compilation of multiple solicitations, each with specific requirements and evaluation criteria. Key sections include general information, specific item or service descriptions, and contractual terms. The document also presents detailed tables and checklists, likely for administrative purposes and compliance checks. Given the context of government RFPs and grants, the file aims to solicit bids from vendors for a range of government needs, ensuring transparency and adherence to established procurement guidelines. The repeated structural elements across different sections suggest a standardized approach to government contracting, facilitating consistent application of rules and expectations for potential contractors.
    The document outlines an Indefinite Quantity Work Bid Schedule for base and option periods, focusing on various construction and repair services. The services are categorized into "Separately Priced Indefinite Quantity Work" and "Not Separately Priced Indefinite Quantity Work." Separately priced items include excavation, concrete work (jackhammering, removal, disposal, and pouring), saw cutting, adjustments/replacements of manholes, valves, and utility covers, paving (bituminous material, base, binder, and wear courses), curb and sidewalk work, roadway striping and painting, railroad track flange shaping, bumper block installation/removal, utility excavation repair, core drilling, catch basin replacement, manhole repair, drain grate provision, pothole repair, guard rail installation, milling services, borrow excavation, topsoil provision, seeding, and pipe installation (cast iron, reinforced concrete, and plastic). Not separately priced work covers task hour labor for laborers, masons, equipment operators, and land survey teams, along with materials and specialized equipment, all subject to the Davis-Bacon Act. The prices for both categories are currently set at $0.00, indicating a placeholder for future bidding or agreement. The document is structured with a base period and four option periods, each detailing the same scope of work.
    The Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFACSYSCOM MID-ATLANTIC) has issued Solicitation Number N4008526R0032, an Indefinite Delivery Indefinite Quantity (IDIQ) Request for Proposal (RFP) for miscellaneous paving, concrete, and minor construction services at Naval Weapons Station Earle (NWSE) in Colts Neck and Leonardo, NJ. This 100% Small Business Set-Aside contract, with an estimated cost range of $1,000,000.00 to $5,000,000.00, includes a base year and four one-year option periods, totaling five years. A minimum guarantee of $25,000.00 is provided for the contract's duration.Proposals are due by February 6, 2026, at 11:00 AM EST, and must be submitted electronically. A mandatory site visit is scheduled for January 16, 2026, at 10:00 AM EST. Offerors must provide a bid guarantee of 20% of the bid price. The award will be based on the Lowest Price Technically Acceptable (LPTA) method, evaluating price, corporate experience (relevant contracts over $1,000,000), and past performance (no unsatisfactory ratings within three years). Contractors must comply with military base access standards, including Real ID or passport, proof of permanent residence, and a criminal history background check. Davis-Bacon Wages (NJ20250001) are incorporated into the RFP.
    This government work order (1851404) outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for paving and related construction, repair, and alteration services at Naval Weapons Station Earle in Colts Neck and Leonardo, NJ. The contract, effective for FY2025, covers a broad scope including pavements, sidewalks, concrete, and utility work. Key administrative and procedural requirements are detailed, such as the mandatory use of the NAVFAC's Electronic Construction and Facility Support Contract Management System (eCMS) for all project documentation and communications. The document emphasizes strict adherence to governmental safety regulations (EM 385-1-1), contractor access protocols including DBIDS registration, detailed price and payment procedures, and specific project scheduling and quality control mandates. It also highlights requirements for preconstruction meetings, facility turnover planning (Red Zone Meetings), and partnering to ensure efficient project execution and compliance.
    Similar Opportunities
    Naval Weapons Station Earle Environmental Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals for Environmental Laboratory Services at the Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contractor will be responsible for providing all labor, equipment, supplies, and supervision necessary for sampling, certified laboratory analysis, and documentation services related to wastewater and potable water testing. This procurement is critical for ensuring compliance with environmental regulations and maintaining water quality standards at the facility. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) type, with a base period of 12 months starting on March 1, 2026, and four additional option periods. Interested small businesses must submit their proposals by January 14, 2026, and can direct inquiries to James Martin at james.j.martin3.civ@us.navy.mil or Shelley Toribio at shelley.toribio@navy.mil.
    Industry Day for RM21-0276 Replace Obsolete Ammunition Rail Trackage, Naval Weapons Station Earle, NJ
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is hosting an Industry Day for the RM21-0276 project, which aims to replace obsolete ammunition rail trackage at the Naval Weapons Station in Earle, New Jersey. This project involves the reactivation of 29 miles of freight rail, including the inspection and replacement of subgrade, sifting of ballast, and structural repairs at historic bridges, as well as work on 14 grade crossings. The Industry Day will take place on January 27, 2026, from 0900 to 1100 EST at the Courtyard by Marriott Lincroft Red Bank, and interested contractors must register by January 22, 2026, with a limit of five attendees per company. For further inquiries, please contact Mary Pool at mary.pool@navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    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.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project, a construction initiative aimed at installing hydraulic dock leveling systems at Building 6 in Newport, Rhode Island. This project is a total small business set-aside with an estimated contract value between $100,000 and $250,000, requiring contractors to provide all necessary materials, equipment, labor, and supervision. The performance period for the contract is set at 160 calendar days post-award, with a mandatory site visit scheduled for December 16, 2025, and proposals due by January 12, 2026, at 2:00 PM EST. Interested parties should contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil for further details and must ensure they are registered in SAM.gov to participate in the solicitation process.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR GEOTECHNICAL ENGINEERING SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ATLANTIC (NAVFAC ATLANTIC) AREA OF RESPONSIBILITY,
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFAC Atlantic), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for architect-engineer services focused on geotechnical engineering. This contract, identified as N62470-26-R-0009, encompasses a range of services including subsurface investigations, laboratory testing, engineering analysis, construction inspection, and hazardous material sampling, with a total fee not exceeding $30 million over a base year and four option years. The procurement is unrestricted and emphasizes the importance of specialized experience and qualifications, with firms required to submit a completed SF-330 package via the PIEE Solicitation Module by January 23, 2026. For further inquiries, interested parties may contact Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil.
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. This contract encompasses a wide range of repair and upgrade tasks, including concrete work, door installations, waterproofing, and miscellaneous repairs related to the Crane Army Ammunition Activity and Navy Storage Magazines. The contract will have a base period of 12 months, with four additional 12-month option periods, and a total value not to exceed $45 million, with a guaranteed minimum task order of $2,500. Interested parties can reach out to Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further information.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    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.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    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.
    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.