Z--Electrical Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract, Joint Expeditionary Base (JEB) Little Creek / Fort Story
ID: N4008518R0001Type: Sources Sought
Overview

Buyer

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

PSC

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

    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking electrical construction services for the Joint Expeditionary Base (JEB) Little Creek / Fort Story. This indefinite delivery indefinite quantity (IDIQ) construction contract is for the construction of structures/facilities. The specific details and requirements of the procurement are not provided.

    Point(s) of Contact
    LeRoy W. Rushing (757)462-5347 LeRoy W. Rushing leroy.rushing@navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility spanning approximately 60,000 square feet, which includes the demolition of existing structures and aims to enhance operational capabilities for Navy personnel. The facility will incorporate various specialized spaces, including maintenance rooms, storage areas, and administrative offices, all designed to meet stringent federal construction standards and operational requirements. Interested contractors must submit their proposals electronically by January 31, 2025, with a project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges, JEB Little Creek - Fort Story Base, Little Creek Site
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting bids for the de-leading and repair of earth berms at the Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, VA. The project involves the removal of lead and debris from impact berms, followed by compaction and restoration to original grade, ensuring compliance with environmental safety standards and operational efficiency. This initiative is crucial for maintaining military facilities while adhering to stringent safety regulations, including those set by the Virginia Department of Transportation and OSHA. Interested contractors, particularly small businesses, can contact Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or 757-462-5329 for further details, with proposals due by the specified deadline.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    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, set aside for small businesses 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. Interested contractors must demonstrate their qualifications through detailed project experience and past performance evaluations, with proposals subject to a comprehensive review process emphasizing both price and technical merit. For further inquiries, potential bidders can contact Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil, with proposal submissions due by the specified deadline.
    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.
    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 aims to secure 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 March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate understanding of the requirements.
    Design-Bid-Build (BBD), Firm-Fixed-Price (FFP), Construction Contract for P021 Lighterage and Small Craft Facility at Marine Corp Support Facility (MCSF) Blount Island Command (BIC), Jacksonville, Florida.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting bids for a Design-Bid-Build (BBD) construction contract for the P021 Lighterage and Small Craft Facility at the Marine Corps Support Facility Blount Island Command in Jacksonville, Florida. This firm-fixed-price contract aims to construct a facility that will support lighterage and small craft operations, which are critical for enhancing the operational capabilities of the Marine Corps. Interested contractors should note that the procurement falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and the PSC code Y1PZ, related to the construction of other non-building facilities. For further inquiries, potential bidders can contact Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or reach out to Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846.
    JOB ORDER CONTRACT – Construction, Region C (DE, MD, VA, WV)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is seeking small businesses in the 8(a) program to fulfill a Job Order Contract (JOC) for construction, maintenance, and repair services across Delaware, Maryland, Virginia, and West Virginia. The contract, valued at over $10 million over five years, will be awarded under an Indefinite Delivery, Indefinite Quantity (IDIQ) framework, emphasizing high-quality project execution and compliance with safety and environmental regulations. Interested firms are required to submit a capabilities statement detailing their experience, 8(a) certification, and bonding capabilities by March 4, 2025, to the designated contacts, Christopher Naylor and Amber Mears, via email. This initiative aims to enhance competition and support small business participation in federal contracting opportunities.
    Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).
    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.