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 for small businesses, aims to enhance laboratory capabilities while ensuring compliance with safety and building codes, including the International Building Code and National Fire Protection Association standards. The estimated contract value ranges from $10 million to $25 million, with bids due by June 4, 2025, at 2:00 PM EST. Interested contractors should direct inquiries to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil or Michael McCue at michael.l.mccue@usace.army.mil for further details.

    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.
    This document serves as an amendment to a prior government solicitation, extending the bid opening date to May 29, 2025, at 2:00 PM EST. It outlines essential instructions for bidders, indicating that they must acknowledge receipt of the amendment through specific methods to ensure their offers are considered valid. The amendment specifies that terms and conditions of the original solicitation remain unchanged, emphasizing that alterations to submitted offers must reference this amendment and be received before the specified deadline. Important details including the contract administration and contact information for the contracting officer are also provided. Overall, the document is a procedural guideline aimed at maintaining transparency and compliance in the contracting process within federal procurement activities.
    The document is an amendment to a solicitation regarding the renovation and expansion project of the Additive Lab and Buildings 331 and 332 at Joint Base McGuire-Dix-Lakehurst, NJ. The amendment provides responses to questions from prospective bidders, necessary revisions to the bid schedule, and updates to the specifications for construction. Key points include the firm fixed-price arrangement for various line items related to construction and renovations, alongside specific optional items that can be exercised within set timeframes post-award. Failure to acknowledge receipt of the amendment as specified may lead to bid rejection, and there are requirements for bidders to adhere to specified plans and conditions. Additionally, the government outlines the timeline for contract award and notice to proceed. The document also includes revisions to specifications, lifecycle management of drawings, and clarifications on hazardous materials, occupancy, and equipment requirements. This amendment ensures clarity, compliance, and proper responses to bidder inquiries, maintaining the integrity of the project while facilitating procurement processes.
    The document is an amendment to a federal solicitation for bids, specifically extending the bid submission deadline to June 4, 2025, at 2:00 PM EST. Bidders must acknowledge this amendment to ensure their offers are considered. The amendment outlines the required methods for acknowledgment, including completing specific forms or sending letters that reference the amendment. Additionally, the document details the location for bid delivery and specifies that submissions must reach the designated recipient, Nicholas Emanuel, at the US Army Corps of Engineers, along with a new teleconference line for virtual participation during the bid opening. The amendment reaffirms that all prior terms remain unchanged unless noted here and emphasizes the significance of timely submission to adhere to federal guidelines. This amendment is part of the government's transparent bidding process, ensuring contractors are adequately informed and compliant with procedural requirements for the solicitation.
    The document is an amendment to a solicitation for the renovation of buildings B331 and B332 at Lakehurst Joint Base McGuire-Dix-Lakehurst, New Jersey, specifically the Additive Lab Addition project. It outlines necessary updates regarding the receipt of offers, bid opening extensions, and questions from prospective bidders. The bid opening date remains unchanged at June 4, 2025. Key amendments include revisions to multiple drawings and specifications, notably removing Section 21 13 13 from phases 2 and 3 and issuing clarifications regarding materials and timelines. The responses to bidders’ questions provide vital project information, including specifications for the flooring system and timelines for potential future phases of construction. Central to this amendment is ensuring all vendors are informed of the changes and requirements to acknowledge receipt of the amendment properly, as failure to do so may lead to bid rejection. This amendment reflects the government's commitment to maintaining transparency and providing comprehensive updates throughout the bidding process.
    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 AMRS Meter Specifications outline the requirements for electric, gas, and water meters used in the Automated Meter Reading System (AMRS) by the Department of Defense. Electric meters must comply with cybersecurity standards and feature onboard memory, Ethernet communication, and various input/output capabilities. Guidelines for installation include site surveys, meter labeling, and adherence to safety standards, ensuring systems can operate without utility outages. Gas and water meters need to provide accurate consumption data, featuring pulse outputs, visual registers, and upstream strainers. All metering solutions should accommodate peak demand and ensure reliability in data collection. The document emphasizes the need for proper installation, labeling, and surge protection to maintain operational integrity and meet compliance standards in government projects.
    The file pertains to a government initiative involving federal and state RFPs and grants, although specific content cannot be extracted from the provided text. The main focus of such documents typically includes the announcement of funding opportunities for public sector projects, detailing eligibility criteria, application processes, and deadlines. They serve to solicit proposals from eligible applicants to address various community needs, which can range from infrastructure improvements to social services. The structure usually includes sections on objectives, funding amounts, project qualifications, evaluation criteria, and submission guidelines, aiming to ensure transparency and encourage competitive bidding. Overall, these documents are pivotal for fostering public-private partnerships and enhancing service delivery within governmental frameworks.
    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 scope for the Additive Laboratory Addition project at Joint Base McGuire-Dix-Lakehurst, NJ, under Contract FA890321D0010, aimed at expanding and remodeling existing buildings 331 and 332. It includes comprehensive plans for the demolition of existing structures, installation of mechanical systems, and construction of new facilities with special emphasis on HVAC compatibility and safety standards. Key components include the removal of outdated infrastructure, installation of upgraded air conditioning units, and modifications to plumbing and electrical systems, necessitating coordination to maintain operational integrity during construction. The project adheres to federal regulations and includes specific site conditions that must be verified through surveying and compliance measures. Contractors are instructed to protect existing facilities during the work, which references engineering practices for optimal construction management while ensuring minimal disruption to ongoing operations. Overall, the document is a critical resource guiding contractors in executing the project in alignment with government expectations, mechanical specifications, and safety requirements, reflecting the Department of Defense's commitment to enhancing operational capabilities at the base.
    The document outlines the specifications for the installation of static control resinous flooring at Joint Base McGuire/Dix/Lakehurst, NJ. It includes references to various ASTM standards related to materials, product data, and administrative requirements for submittals and quality control. Key components focus on the application of a high-performance epoxy flooring system designed to prevent electrostatic discharge, the necessary preparation of substrates, and strict adherence to quality assurance measures. The procedures dictate the mixing and application of materials, installation of mockups, and safety precautions during flooring application. Additionally, it outlines the need for thorough protection of the flooring throughout the construction process, warranty requirements, and specific testing criteria to maintain compliance with designated standards. This document serves as a guide for contractors bidding on RFPs related to flooring installations in government projects, ensuring the materials and methods meet required safety and performance criteria.
    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 specifications for a Heating, Ventilation, and Air Conditioning (HVAC) plan for the renovation of Building B331 at JBMDL, Lakehurst, NJ, as part of a federal construction project. It details airflow requirements in cubic feet per minute (CFM) for various ducts and systems, indicating a variety of duct sizes and configurations for both supply and return air as well as exhaust. The plan specifies materials for ductwork, including galvanized steel for concealed areas and fiberglass insulation standards, along with requirements for pressure ratings and sealing classes. Notably, the project includes requirements for integration with existing ducts and proper ventilation systems, such as exhaust fans with specified undercut dimensions for doors. Aesthetic and construction standards are noted, with the final submission aimed at compliance with federal regulations and effective ventilation solutions. This document serves as a crucial guide for contractors and engineers involved in the construction and renovation process, ensuring high standards and safety protocols are maintained throughout the HVAC installation and operation.
    The B331 Renovation Project at Joint Base McGuire/Dix/Lakehurst, NJ, encompasses the renovation and installation of various flooring and window systems, specifically heavy-duty epoxy resin flooring and roller window shades. The flooring specifications require adherence to multiple ASTM standards and include detailed instructions for product selection, installation procedures, and quality control measures. Submittals include concrete preparation, mixing of materials, application methods, and protective measures during installation. Key aspects of the roller window shades section include compliance with safety and fire resistance standards, indoor air quality certifications, and installation guidelines ensuring secure and effective operation. The overall document underscores the necessity for thorough coordination between different trades and emphasizes holistic compliance with federal standards for materials and environmental impact. It establishes rigorous administrative and quality control protocols to ensure every detail aligns with governmental contracting requirements while enhancing the operational efficiency and safety of the renovated facilities.
    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 details the construction and renovation plans for the lab expansion project at Joint Base McGuire-Dix-Lakehurst (JBMDL) under the Air Force Civil Engineering Center. It includes architectural schedules for doors, HVAC plans, and demolition layouts vital for compliance and safety. Key elements include specifications for door types, materials, fire ratings, and hardware required for construction, all aimed at enhancing security features across various rooms, such as administrative offices and restrooms. The HVAC plans outline ductwork requirements and alterations to existing systems, emphasizing the integration of mechanical upgrades. The document is a final submission for construction, demonstrating adherence to Federal standards, and serves as an essential resource in response to RFPs related to military infrastructure projects. The comprehensive guidelines ensure effective execution and regulatory compliance during the building process while addressing operational efficiency and safety concerns.
    The document outlines specifications for renovating the Standard Resinous Flooring and Roller Window Shades at Joint Base McGuire/Dix/Lakehurst, NJ, Project Number MSBL 12-4029. It begins with detailed references to standards from ASTM and other organizations guiding material selection and installation procedures. Key sections focus on submittal requirements for product data, mockup samples, quality control measures, and safety precautions during installation. Specifics include the necessary properties of epoxy binders, flooring application techniques, and warranties for materials used. Additionally, it details roller shades, emphasizing the importance of indoor air quality certifications, flammability testing, and installation guidelines for proper operation. The renewal aims to enhance aesthetic appeal and functionality while ensuring safety and compliance with regulatory standards. Overall, the document serves as a comprehensive guide for contractors to execute the renovation efficiently while adhering to governmental procurement and safety protocols.
    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.
    The government file outlines Amendment 0003 to the solicitation regarding the Additive Lab Add & B331/332 Renovation at Lakehurst Joint Base McGuire-Dix-Lakehurst, NJ. It specifies that all previous terms remain unchanged unless noted here, and highlights important procedural aspects for contractors, including acknowledging receipt of this amendment by a specified deadline. The amendment does not introduce new or revised drawings or specifications; none have been added, deleted, or revised. It also addresses a contractor’s query related to aluminum window specifications, clarifying that requirements are covered under existing documentation for aluminum storefronts. The document's purpose is to ensure all parties involved are informed of any modifications and maintain compliance with Federal Acquisition Regulation (FAR) stipulations during the proposal process. It emphasizes the importance of communication between the government and offerors in the context of this construction project.
    Similar Opportunities
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice for the Tobyhanna Army Depot EMF Range Expansion project in Tobyhanna, Pennsylvania. This initiative aims to gather market research to identify qualified contractors capable of executing a project estimated to cost between $25 million and $100 million, which involves significant construction tasks such as building an embankment, a radome foundation, a range control building, and extensive utility work over a duration of five years. The government is particularly interested in responses from small businesses and various socioeconomic categories, requiring capability statements that demonstrate relevant experience with similar projects costing at least $50 million completed within the last five years. Interested parties must submit their responses by 5:00 PM EST on December 29, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    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 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.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.