Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey
ID: W912DS25BA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Manufacturing Lab Addition and renovations to Buildings B331 and B332 at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project, which is set aside entirely for small businesses, aims to enhance laboratory capabilities while ensuring compliance with various safety and building codes, including the International Building Code and National Fire Protection Association standards. The total estimated project cost ranges from $10 million to $25 million, with bids due by May 22, 2025, at 2:00 PM EST. Interested contractors can reach out to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil or Michael McCue at michael.l.mccue@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The JBMDL Lakehurst-Additive Manufacturing Addition document outlines comprehensive governmental safety requirements necessary for the construction project. It references various standards, including those from OSHA, ASTM, and NFPA, to ensure worker safety and environmental compliance. The document defines essential roles like Site Safety and Health Officers (SSHO) and establishes qualifications and duties to maintain safety protocols on site. Key safety measures include the development and submission of an Accident Prevention Plan (APP), detailed Activity Hazard Analyses (AHA), and monthly exposure reports to monitor worker safety. It mandates safety meetings, proper personal protective equipment (PPE) usage, and strict adherence to emergency procedures for public health crises, accidents, and severe weather events. Furthermore, the document details processes for confined space entry, hot work permits, radiation safety, and maintaining indoor air quality during construction. It underscores the need for ongoing communication and training among employees to ensure safe practices throughout the project duration. Overall, this specification emphasizes a proactive approach to health and safety management, reinforcing compliance with applicable federal, state, and local regulations.
    The document outlines the HVAC demolition plans for an expansion project at JBMDL, Lakehurst, NJ, specifically relating to contract 0919-03. It details the removal of existing air handling units, piping, supports, and electrical connections from Building 332, while specifying that certain components like the air compressor need to be retained and connected to the existing ductwork where feasible. The plans acknowledge the operational needs of Building 332 during the construction phases, emphasizing the contractor's responsibility to ensure that temporary cooling and heating systems are provided to maintain comfort and humidity levels. It requires coordination with plumbing modifications throughout the project. The document serves as a final submission issued for construction, guiding contractors on the scope and execution of HVAC-related tasks as part of the facility's upgrades, aligned with federal and local regulations.
    The document details an amendment to a solicitation related to the renovation of the Additive Lab at Lakehurst JBMDL, NJ, identified as Amendment 0001. The amendment serves several purposes, including providing answers to prospective bidders' questions, extending the bid opening date, and detailing updates to specifications and drawings. Key updates include the addition of a Hazmat Survey report, a site visit sign-in sheet, and the revised specification for project duration. Notably, the magnitude of the project has been corrected to $10-25 million. Additional responses address contractor protocols, including the necessity of demobilization and submission requirements, clarifying that only hard copy bids will be accepted. The amendment emphasizes the importance of acknowledging receipt to avoid rejection of bids. Overall, this document plays a critical role in facilitating the bidding process for contractors by delivering essential updates and clarifications related to the project requirements and compliance measures.
    The document outlines Amendment 0002 for a federal solicitation regarding the construction and renovation project at the Joint Base McGuire-Dix-Lakehurst (JBMDL) for the Additive Lab Facility and associated buildings. Key aspects include extending the deadline for offers, instructions for acknowledgment of the amendment, and modifications to the original contract and bid schedules. It emphasizes the requirement for bidders to acknowledge the amendment to avoid rejection of their proposals. The amendment clarifies project specifications, answers bidder queries about the contract, and specifies pricing arrangements for various construction line items. The total bid price must include both base and optional items, with mandatory participation from all bidders on the specified items. The amendment also addresses questions regarding project scope, bid guarantees, and labor type, clarifying that a Project Labor Agreement (PLA) is not required. These revisions and clarifications ensure participants have accurate and up-to-date information to prepare their bids, reinforcing the government's effort to facilitate a transparent procurement process for this significant construction initiative.
    The document is a Justification and Approval (J&A) for the procurement of the Monaco Fire Alarm and Mass Notification System in support of renovations at the UAS Warehouse, Joint Base McGuire-Dix-Lakehurst, NJ, estimated at $135,000. This J&A is based on 10 U.S.C. § 2304(c)(1), allowing for non-competitive procurement when only one source meets the requirements. The U.S. Army Corps of Engineers plans to use brand-name components due to compatibility issues with existing systems. The Monaco system integrates with the established infrastructure, ensuring effective safety communications, essential for emergency scenarios. The document outlines that alternative systems could lead to severe operational failures, risking life and property. Efforts to gauge competition included a Notice of Intent, but no viable alternatives were identified, thus supporting the decision for brand-name procurement. The contracting officer has certified that the information is accurate and has approved the use of brand-name items for this critical safety system, emphasizing the significance of maintaining operational integrity across the base’s facilities. Approval is contingent on available funds and compliance with suggestions for the acquisition's execution.
    The U.S. Army Corps of Engineers (USACE) seeks approval for a Class Justification and Approval (J&A) allowing for the specification of brand name Heating, Ventilation, and Air Conditioning (HVAC) equipment in construction projects for the Air Force from FY 2023 to FY 2027. This decision supports a standardization initiative driven by the Air Force's Category Management Program, which aims to consolidate the procurement processes and reduce costs across installations. The J&A covers an estimated $145 million in HVAC procurement for various facilities, ensuring consistency in equipment across the Air Force bases in alignment with the standardization policies established in prior years. The document outlines the authority cited for this action, emphasizing the necessity for only one responsible source due to standardization requirements. Despite being a non-competitive approach, efforts will be made to maintain competition in the overall construction projects, as the HVAC equipment is a minor component. Specific measures include publicizing contract actions and potentially including small businesses. It is noted that historically, HVAC equipment procurement has not been executed as a sole source in an extensive manner across installations, reinforcing the uniqueness of this standardization initiative.
    The U.S. Army Corps of Engineers (USACE) seeks a Class Justification and Approval (J&A) for Other than Full and Open Competition to issue solicitations for construction contracts that must reference specific "brand name or equal" materials for interior finishes. This action, authorized under 10 U.S.C. § 3204(a)(1), aims to ensure aesthetic consistency across projects between Fiscal Years 2022 and 2026, with a total budget of $775 million. The justification argues that precise specifications are necessary to effectively communicate design intentions, particularly regarding colors and materials, which enhance the visual integrity of buildings. The document describes market research conducted to confirm support among manufacturers for the design approach and emphasizes that inclusive competition remains viable despite proprietary references. The selected materials will align with performance requisites while enabling alternatives that can meet the established aesthetic standards. This J&A signifies a strategic effort to streamline the procurement process while ensuring the quality and cohesiveness of USACE projects, critical for maximizing government control over construction aesthetics and enabling appropriate design-bid-build contracts.
    Acer Associates, LLC (ACER) conducted a survey to assess asbestos-containing building materials (ACBMs) and lead-based paint (LBP) in Buildings 331 and 332 at Joint Base McGuire-Dix-Lakehurst, New Jersey. The aim was to identify potential risks prior to construction work. The survey included a detailed visual inspection and sampling, complying with EPA and OSHA standards. Forty bulk samples were analyzed for asbestos, confirming materials such as mastic associated with floor tiles and interior caulking as containing over 1% asbestos. Notably, it was determined that no lead-based paint was present in the tested areas. Results revealed significant quantities of ACBMs, particularly in Building 331, but no LBP was detected. Limitations included inaccessible areas, highlighting the need for ongoing monitoring. This report serves as a crucial reference for ensuring safety and regulatory compliance during upcoming construction activities, aligning with government protocols on hazardous material management.
    The document outlines the plans for the B331/332 Lab Expansion at Joint Base McGuire/Dix/Lakehurst in Lakehurst, NJ. It details the exterior finishes selected for the construction of a one-story addition and the renovation of two existing facilities across three distinct projects. The selected finishes aim to be compatible with the surrounding structures, particularly those in the Lighter Than Air Historic Preservation District. The exterior color scheme includes a neutral background with warm accents for visual continuity, emphasizing durability and flexibility. The new addition will feature insulated metal wall panels, a rust red field color, and a light gray roof, while the existing buildings will receive dark gray fascia and white EPDM roofs. Renovations will include replacing all doors and windows with silver-tinted glazing and clear anodized aluminum frames to harmonize with the new design. Light gray paint will cover the façades of both renovated buildings to match with the addition’s finishes. This document serves as a detailed guideline for contractors responding to the federal Request for Proposals (RFPs) related to these renovation and construction projects, ensuring compliance with design standards and preserving the historical context of the area.
    The document outlines the final submittal for the Additive Lab Addition project at Joint Base McGuire-Dix-Lakehurst, NJ. It contains comprehensive architectural, civil, structural, and mechanical engineering drawings and analyses as part of the planning and execution phases of construction, slated for January 2025. Key aspects include building code adherence, fire protection systems, and compliance with safety and accessibility regulations. The design focuses on adding laboratory spaces while ensuring existing infrastructures, such as utilities and access routes, are maintained throughout construction. Specific considerations are given to code analysis under the International Building Code and fire safety measures, detailing occupancy classifications and required fire separations based on the facility's hazardous material use. Furthermore, there are guidelines for project implementation, including demolition protocols, contractor responsibilities, and environmental control measures to prevent erosion. The document serves as a critical reference for overseeing construction activities, ensuring safety standards, and fulfilling government contractual obligations related to federal grants and local RFPs.
    The document outlines the Structural Interior Design (SID) for the Additive Lab Addition at Joint Base McGuire-Dix-Lakehurst, NJ. This project includes the construction of a new single-story facility and renovations of two existing labs (B-331 and B-332). The design aims to provide a safe, efficient, and comfortable environment for manufacturing and administrative personnel, ensuring compatibility with the surrounding historic structures. The interior design features a cool, analogous color palette and highly cleanable finishes to mitigate dust from additive manufacturing processes. Key design elements include electrostatic dissipative (ESD) flooring, gypsum wall board finishes, and specific protective measures for high-risk areas, such as stainless steel corner guards and FRP wall panels in certain locations. Support spaces, including communications and utility rooms, are designed for functionality and durability, with particular attention to moisture resistance and hygiene. Overall, this document serves as a detailed guide for contractors to execute safe and effective interior renovations consistent with military standards and historical preservation.
    The US Army Corps of Engineers is undertaking a construction project at Joint Base McGuire-Dix-Lakehurst, NJ, for the Additive Lab Addition and renovation of two existing buildings (B331 and B332). The project is divided into three phases: Phase 1 involves adding the new lab, Phase 2 focuses on renovating B331, and Phase 3 is dedicated to B332 renovations. The estimated cost ranges from $10 million to $25 million. Contractors must comply with strict safety and environmental regulations while ensuring minimal disruption to existing operations. Key features include detailed timelines for project completion and necessary submittals such as a salvage plan and construction waste management protocols. Security measures and identification requirements for contractor personnel are mandated due to the military site. The document outlines procedures for administrative requirements, payment processes, and the coordination of utility cutovers to ensure operational continuity during construction. Environmental and quality control measures are emphasized throughout the project. This initiative highlights the Corps’ commitment to enhancing operational capabilities while maintaining rigorous safety and regulatory compliance standards.
    The document outlines the construction and renovation plans for Buildings B331 and B332 at Joint Base McGuire-Dix-Lakehurst in New Jersey, focusing on structural, mechanical, and life safety components. The project involves a comprehensive code analysis ensuring compliance with various regulations, including the International Building Code (IBC) and the National Fire Protection Association (NFPA) standards. It specifies construction methodologies for reinforced concrete, masonry, and metal stud framing, emphasizing safety features like fire barriers, sprinklers, and emergency access routes. The renovation will enhance existing facilities to better accommodate laboratory functions and address fire safety through rigorous design loads and occupancy classifications, particularly for high-hazard areas. The document also highlights the importance of adhering to federal safety and health standards, ensuring that all construction practices are compliant with local, state, and federal codes. Overall, this renovation project aims to modernize essential infrastructure while maintaining a focus on improved safety, accessibility, and compliance with regulatory standards, demonstrating the commitment to providing secure operational environments for military operations.
    The document outlines the Structural Interior Design (SID) for the B331 renovation at Joint Base McGuire/Dix/Lakehurst, NJ, which is part of a broader Lab Expansion project involving three phases. The renovation aims to provide a safe and efficient environment for facility personnel, ensuring finishes align with the historical aesthetic of surrounding structures. The design features a warm color palette to foster visual continuity, with durable materials prioritized for longevity. Specific areas include epoxy flooring and painted walls with stainless-steel accents in machine and compressor shops, while restrooms will maintain previously provided finishes. This initiative exemplifies the government's focus on creating functional and compliant workspaces in federal facilities, reflecting adherence to set design standards and preservation considerations.
    The document pertains to the renovation of Building B331 at Joint Base McGuire-Dix-Lakehurst, specifically focusing on demolition and asbestos remediation as part of a Design Bid Build project overseen by the US Army Corps of Engineers. It outlines detailed project specifications, including various divisions advancing from existing conditions to finishes, encompassing structural considerations for demolition, asbestos handling, concrete work, and utility management. Key ideas include the necessity for comprehensive demolition and deconstruction plans, adherence to safety and environmental regulations, and the requirement for proper documentation and community notifications prior to commencing work. The document prioritizes worker safety through mandated medical examinations, training, and the use of personal protective equipment during asbestos abatement. It emphasizes regulatory compliance with federal, state, and local laws, ensuring thorough oversight in the execution of contracts. Overall, this document serves as a guide for contractors to follow stringent safety and operational protocols while working on federal renovation projects.
    The document outlines the construction plans for the B332 renovation at Joint Base McGuire-Dix-Lakehurst, New Jersey, which focuses on enhancing facilities for various laboratory and industrial purposes. The project, dated January 2025, includes a range of architectural, structural, mechanical, and electrical considerations, as well as compliance with multiple building codes and safety standards. Key components consist of detailed plans regarding construction types, fire safety measures, plumbing, HVAC systems, and life safety analyses. The document emphasizes adherence to the International Building Code and Department of Defense specifications, ensuring safety and operational efficiency. Additionally, aspects such as fire separations, exit paths, and emergency vehicle access are addressed to meet safety regulations. This comprehensive plan is essential for obtaining construction permits and facilitating the renovation process while highlighting the government's commitment to maintaining secure and functional military facilities.
    The document outlines the Structural Interior Design (SID) for the renovation of Building B-332 at Joint Base McGuire/Dix/Lakehurst, NJ, as part of a larger lab expansion project. The project is divided into three segments, with Building 331 previously renovated and an addition constructed. The objective is to create a safe and efficient work environment for personnel, aligning with the aesthetic of the historic preservation district surrounding the base. Key design elements include a cohesive color palette, durable materials, and functional interior spaces, such as epoxy flooring, CMU and gypsum wall finishes, and acoustical ceiling tiles in administrative areas. Specific room specifications include break rooms with solid surface countertops and restrooms featuring ceramic wall tile. The design adheres to the established Interior Design standards, aiming for longevity and ease of maintenance. This SID submission is part of the broader scope of government RFPs, highlighting the federal commitment to improving military facility infrastructure while ensuring environmental compatibility.
    The U.S. Army Corps of Engineers is undertaking the renovation of Building 332 at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project encompasses a Design-Bid-Build approach, focusing on comprehensive renovations that include demolition, asbestos remediation, and updates to structural and utility systems. Key components outlined in the project specifications include existing conditions, hazardous material management, concrete work, masonry, plumbing, HVAC, electrical upgrades, and environmental compliance. The document details procedures for demolition and deconstruction, emphasizing the importance of safeguarding existing structures, managing utility disconnections, and proper debris disposal. Additionally, specific guidelines for asbestos abatement are provided, including medical and training requirements for personnel involved. Safety measures, including environmental control and demolition plans, ensure compliance with federal and state regulations. This renovation project seeks to enhance the facility's functionality and safety while adhering to stringent environmental standards and fostering effective project management multi-disciplinary coordination among trades. The overarching goal aligns with the military's commitment to maintain operational integrity at its installations while ensuring safety and sustainability.
    The document outlines a Request for Proposals (RFP) for a construction project titled "Manufacturing Lab Addition B331 B332 & Renovations" at Joint Base-MDL, New Jersey. It emphasizes that this acquisition will be 100% set aside for small businesses, with a North American Industry Classification System (NAICS) code of 236220 and a project magnitude between $5 million and $10 million. Bids are due by May 22, 2025, at 2:00 PM EST at the U.S. Army Corps of Engineers' New York District. Specific requirements include submission of sealed bids, a bid guarantee, and completion of all applicable government forms. The contractor is expected to begin work promptly after award and maintain compliance with various federal regulations. Emphasis is placed on the need for performance and payment bonds, adherence to established safety and labor standards, and submission of invoices and reports electronically. Additionally, the document details the evaluation criteria, stating bids must include both base and optional items, which will be assessed based on the lowest responsible bid. Overall, the RFP aims to facilitate the efficient and compliant execution of the construction project while promoting small business participation.
    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, designated as N40085-25-R-2620, involves comprehensive construction work with an estimated cost between $10 million and $25 million, requiring completion within 730 days after award. The procurement is set aside for small businesses, and contractors must adhere to strict safety and environmental regulations while utilizing the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors should submit their proposals by April 9, 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 information.
    Installation Entry Control (Main Gate) Facility
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of an Installation Entry Control Facility at the 177th Fighter Wing in Egg Harbor Township, New Jersey. This project, set aside entirely for small businesses, requires contractors to provide all necessary labor, materials, and supervision, with an estimated construction budget between $5 million and $10 million. The facility aims to enhance security features at the military base, ensuring compliance with federal regulations and safety standards. Interested contractors must submit their proposals by May 30, 2025, and can direct inquiries to Jose Maldonado at jose.maldonado.28@us.af.mil or Johanna Paz at johanna.paz.1@us.af.mil for further information.
    Design and Construction of the NC3 Acquisition Management Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.
    PN 90610 SOF Arms Room Addition
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is planning a presolicitation for the PN 90610 SOF Arms Room Addition project at Fort Bragg, North Carolina. This project involves the renovation of an Arms Room and the construction of a new loading bay, requiring comprehensive services including labor, materials, and supervision, as well as the installation of various safety and security systems. The total estimated value of the contract is between $7.5 million and $15 million, with a firm fixed price contract expected to be awarded to a qualified small business under the Total Small Business Set-Aside program. Interested contractors should register in the System for Award Management (SAM) and monitor the solicitation, which will be available electronically around May 22, 2025. For further inquiries, contact Mrs. Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Mr. John T. Hill at john.t.hill@usace.army.mil.
    Repair BEQ M445
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and renovation of the Bachelor's Enlisted Quarters (BEQ) M445 at Marine Corps Base Camp Lejeune, North Carolina. The project aims to upgrade the building's mechanical, electrical, and plumbing systems, ensuring compliance with safety standards and enhancing living conditions for military personnel. This initiative is critical for maintaining the infrastructure of military housing, reflecting the government's commitment to the well-being of service members. Proposals are due by June 5, 2025, with an estimated project cost between $10 million and $25 million, and interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil for further details.
    Design-Build Maintenance and Repair Army Reserves (MRAR) of U.S. Army Reserve Center (ARC), Building 315, New Cumberland, PA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build Maintenance and Repair of the U.S. Army Reserve Center, Building 315, located in New Cumberland, Pennsylvania. This project involves the renovation of a two-story training building, which is in a failing condition, with an estimated construction cost between $10 million and $25 million. The procurement follows a two-phase selection process, where the first phase evaluates past performance and technical approaches, and the top five bidders will advance to the second phase for detailed proposal and pricing evaluations. Interested contractors must maintain an active registration in the System for Award Management (SAM) and submit their proposals electronically, with the contract duration estimated at 1,100 calendar days from the Notice to Proceed. For further inquiries, potential offerors can contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
    Building 12 Stairwell Repairs
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the repair of the Building 12 stairwell at Marine Corps Base Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2653. The project involves comprehensive repairs, including the demolition of existing steel staircases and concrete steps, followed by the installation of new galvanized stairs, concrete steps, and handrails, with an estimated cost between $250,000 and $500,000 and a completion timeframe of 180 days post-award. This initiative is part of ongoing efforts to maintain infrastructural integrity and safety at military facilities, emphasizing compliance with federal contracting regulations, including the Davis-Bacon Act for wage determinations. Proposals are due by May 19, 2025, and interested contractors should contact Tony Benson at tony.d.benson.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
    DTA Manned/Unmanned Tactical Vehicle Lab
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Manned/Unmanned Tactical Vehicle Lab at the Detroit Arsenal in Michigan, with a projected contract value exceeding $10 million. The project involves the design and construction of a single-story facility approximately 31,800 square feet in size, intended for research, development, and testing of ground transport equipment, including specialized features such as high and lower bays, laboratory spaces, and advanced mechanical systems. This initiative is crucial for enhancing military capabilities and infrastructure resilience, reflecting the government's commitment to modernizing facilities while adhering to stringent safety and environmental standards. Interested contractors must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with work expected to commence within 10 days of award and completion required within 850 days. For further inquiries, contact Stephanie Drees at stephanie.n.drees@usace.army.mil or call 502-315-3270.
    D/B/B: AGE Facility Joint Base San Antonio-Lackland, TX
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns for a Design/Bid/Build project at Joint Base San Antonio-Lackland, TX, focused on constructing an Aerospace Ground Equipment (AGE) Facility. The project entails the construction of an approximately 8,000 square foot facility, including essential infrastructure such as a concrete foundation, steel frame, HVAC systems, and a paved storage area, while also adhering to DoD Unified Facilities Criteria and antiterrorism requirements. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by May 16, 2025, with a detailed submission that includes their small business status, past project experience, and bonding documentation, as the estimated contract value ranges from $10 million to $25 million with a duration of approximately 546 calendar days. For inquiries and submissions, contact Kellsie Peacher at kellsie.a.peacher@usace.army.mil.
    Addition/Repair Medical Training Facility, B3120, Eglin Air Force Base, FL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the addition and repair of the Medical Training Facility B3120 at Eglin Air Force Base, Florida. This project involves constructing an addition that includes a concrete foundation, steel frame, HVAC systems, and various interior finishes, aimed at enhancing training and administrative functions for the facility. The contract, part of an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), has an estimated value between $1,000,000 and $5,000,000, with proposals due by 10:00 AM ET on May 26, 2025. Interested contractors should direct inquiries to Charity Mansfield at charity.a.mansfield@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil for further information.