IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
ID: N4008525B2500Type: Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The Department of Defense, through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the IR Demo Projects FY24 at Marine Corps Base Camp Lejeune, North Carolina, focusing on the demolition of fifty-three buildings. The project requires contractors to provide all necessary labor, equipment, and supervision while adhering to safety and environmental regulations, particularly concerning hazardous materials such as asbestos and lead-based paint identified in prior surveys. This demolition initiative is crucial for improving facility safety and operations at the military base, with a firm-fixed-price contract set aside exclusively for small businesses under NAICS code 238910. Proposals are due by 10:00 AM (EST) on March 19, 2025, and interested vendors should contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Asbestos Survey for the IR Demo Package FY24 at Marine Corps Base Camp Lejeune, conducted by The Walker Group Architecture, Inc., outlines the inspection results of multiple buildings slated for demolition. The survey aimed to identify asbestos-containing materials (ACM) prior to any demolition or renovation activities. Inspections were carried out across various structures, revealing no suspect ACM in several locations; however, specific materials in buildings 203, 203A, 401, and 1014 were confirmed to contain asbestos. The report emphasizes the importance of compliance with EPA and North Carolina regulations for any future abatement or disturbance of ACM, requiring licensed personnel to manage and notify relevant authorities prior to any actions affecting identified ACM. Recommendations for handling any discovered suspect materials also stress the need for proper identification and sampling. This survey is integral to ensuring the health and safety of individuals involved in demolition activities and adherence to regulatory standards.
    The document outlines the construction and demolition plans for various structures as part of an engineering project at Marine Corps Base Camp Lejeune. It includes an index of drawings detailing individual demolition plans for specific structures, including floor plans, elevations, sections, and existing condition photos. The information is meticulously categorized, with each sheet number corresponding to a particular structure and its respective plans. Additionally, the document emphasizes strict compliance regarding the release of information pertaining to the project. Contractors are prohibited from disclosing any unclassified information outside their organization without prior written approval from the contracting officer or unless the information is already publicly available. Requests for disclosures must be submitted at least 45 days before the intended release date and must detail the specific information and medium involved. This framework ensures controlled dissemination of information while facilitating transparency and accountability in compliance with federal regulations, critical in the context of government RFPs and contracts. Overall, the document serves as both a technical resource and a governance framework for the project.
    The lead paint survey conducted by The Walker Group Architecture, Inc. for Marine Corps Base Camp Lejeune assesses various structures slated for demolition to identify any lead-based paint present. Buildings inspected included office and storage facilities, with analyses performed between April and August 2024. The study included visual assessments and laboratory testing of paint samples for lead content. Significant lead findings were primarily in structures such as Building 114 and Building 203, where lead levels were detected in paint samples at rates exceeding thresholds for lead-based paint, notably in the external concrete foundation and interior plaster. The report recommends compliance with federal and state regulations for handling lead during demolition activities, emphasizing the need for trained personnel for safe practices. The findings underscore the importance of addressing lead hazards to ensure safe working conditions during the demolition of affected structures at the base. Compliance with guidelines is advised should further suspect materials be uncovered in future renovations. This survey highlights the military's commitment to health and safety concerning lead exposure risks during infrastructure changes.
    The IR Demo Package FY24 outlines the requirements for a demolition project at the Marine Corps Base Camp Lejeune, North Carolina. It includes the systematic demolition of multiple buildings, structures, and utilities, specifying adherence to phased construction schedules and protection of existing facilities. Key sections detail work restrictions, contractor access, pricing, and payment protocols, emphasizing safety and environmental considerations during operations. Contractors must utilize an electronic contract management system for document submissions and maintain proper insurance coverage throughout the contract. Furthermore, progress schedules and submittal procedures are crucial to ensuring project timelines and maintaining compliance with the outlined quality and safety standards. The document serves as a comprehensive guide facilitating efficient project execution while ensuring adherence to government regulations and operational protocols.
    The pre-solicitation notice for N4008525B2500 (Amendment 0001) addresses key inquiries related to federal procurement for the IR DEMO Package at Marine Corps Base Camp Lejeune for FY24. It clarifies that any small business type can participate in the bidding process, with no requirement for SBA certification for total small businesses. Additionally, the notice confirms that the Sources Sought responses for this project have closed, and the procurement strategy allows all small business types to submit bids. This document is significant as it outlines the federal government's approach to encouraging participation from small businesses in contracting opportunities, while also establishing a transparent procurement strategy. Overall, it reflects the government's objective to foster small business involvement in defense-related projects.
    This document is an amendment to the solicitation N40085-25-B-2500 for the IR DEMO Project FY24, issued by NAVFACSYSCOM MID-ATLANTIC. It outlines changes related to the submission of proposals, including the acknowledgment of the amendment as crucial for compliance. The key dates include a Request for Information (RFI) deadline of February 27, 2025, and a proposal submission deadline of March 19, 2025, which some contractors find aggressive. A formal site visit is scheduled for February 26, 2025, at Camp Lejeune, with specific access requirements detailed for participants. The amendment responds to various contractor inquiries, confirming that questions will be answered post-site visit, but that the proposal deadline remains unchanged. The method of evaluation is based on the lowest price. Additionally, the document specifies that proposals should be submitted in hard copy only, without options for electronic submissions. Overall, this amendment is intended to ensure clarity in the bidding process and facilitate contractor participation in the demolition project for 53 facility buildings, adhering to set timelines and procedural requirements.
    The document is an amendment to Solicitation N40085-25-B-2500 concerning the IR DEMO Project for FY24. It details a modification regarding a change in the scheduled time for a mandatory site visit, which is now set for 8:30 AM instead of the previously stated 10 AM. Contractors are required to acknowledge this amendment when submitting their proposals, as failure to do so may result in the rejection of their offer. The amendment outlines necessary instructions for acknowledgment and permits changes to previously submitted offers through designated methods. Issued by the NAVFACSYSCOM Mid-Atlantic at Camp Lejeune, North Carolina, this document includes the official contract identification code and emphasizes compliance with federal procurement regulations. Overall, the amendment serves to update interested parties on significant adjustments relevant to the solicitation process.
    The document is an amendment to the solicitation for the IR Demo Project FY24 (N-40085-25-B-2500), detailing responses to Requests for Information (RFI) and related inquiries. Key clarifications include that the government does not expect unexploded ordnance during excavation and there is no requirement for a project phasing schedule. Contractors are responsible for their own equipment, including job trailers and must manage debris left in structures slated for demolition. Additionally, the contractor needs to verify compliance with hazardous material certifications. The project’s funding is intended to cover all structures, and the government is committed to fully funding the project upon awarding the contract. An extension is noted for the deadline for proposal submissions, and responses to specific queries from bidders illustrate compliance and operational expectations, such as not requiring environmental permits for stormwater, and no need for air sampling. Overall, the amendment emphasizes procedural requirements and clarifies contractor responsibilities while ensuring alignment with safety and regulatory standards.
    This document is an amendment to solicitation N40085-25-B-2500 for the IR DEMO Project FY24, issued by NAVFACSYSCOM MID-ATLANTIC. The amendment outlines critical updates, including responses to requests for information (RFI) and establishes the need for acknowledgment upon proposal submission. Key questions addressed include the location of specific buildings and the necessity of permits for hazardous waste disposal and transport. The government anticipates that no permits will be required as asbestos removal is not expected. This amendment is pertinent to contractors interested in participating in the solicitation process, emphasizing compliance with updated requirements and timelines. Overall, the document serves to clarify project specifications and streamline contractor inquiries, ensuring adherence to federal procurement regulations.
    This document pertains to Amendment 0005 of Solicitation N40085-25-B-2500 for the IR DEMO Project FY24, issued by NAVFACSYSCOM Mid-Atlantic. The main purpose of this amendment is to update the answers to previously posed questions regarding project requirements. Key updates include the approval for a Superintendent to hold dual roles, clarification that the Prime contractor does not need the same licenses as the ACM abatement contractor, and the requirement for all labor to complete HAZWOPER training prior to work commencement. Contractors must acknowledge the amendment when submitting proposals; failure to do so may result in rejection. The amendment reinforces compliance with licensing, certification, and safety training conditions essential for project execution, indicating a focus on maintaining high operational standards. Overall, this document serves to clarify obligations and enhance transparency in the procurement process, reflecting the government's commitment to ensuring appropriate contractor qualifications and safety protocols within federal projects.
    The U.S. Navy is preparing a solicitation for a contract related to demolition work at Marine Corps Base Camp Lejeune and surrounding areas in Jacksonville, North Carolina. This pre-solicitation notice aims to inform potential small business offerors regarding an upcoming procurement, which will be set aside specifically for certified small businesses with relevant qualifications and experience. A sources sought notice was released on December 2, 2024, to gauge business capabilities for the project. The work required will involve comprehensive demolition services, and contractors must hold the necessary EPA certification for handling hazardous materials. The procurement will adopt a sealed bidding strategy, adhering to FAR Part 14 regulations. The applicable NAICS code is 238910, with an annual size standard of $16.5 million. This is a new initiative and not a replacement for an existing contract. The solicitation and associated documents are expected to be available for download by January 30, 2025, with proposal submissions due 30 days later. Offerors must include a bid bond of 20% with their proposal. All inquiries should be directed to the designated Contract Specialist via email, as phone inquiries are prohibited.
    The document presents a Request for Proposal (RFP) related to the demolition of fifty-three buildings at the Marine Corps Base, Camp Lejeune, North Carolina. The bid is due by 10:00 AM (EST) on March 19, 2025. This procurement is a firm-fixed-price contract that requires the selected contractor to provide all necessary labor, equipment, and supervision to complete the demolition. It emphasizes that hazardous materials must be disposed of appropriately at the base landfill. The solicitation is entirely set aside for small businesses, and interested vendors must be registered in the System for Award Management (SAM) under the relevant NAICS code (238910 – Site Preparation Contracts), which has a small business size standard of $19 million. The document details necessary administrative actions, including a bid guarantee requirement and acknowledgment of amendments, as well as specifying payment procedures through the Wide Area Workflow system. Wage determinations under the Service Contract Act are included, ensuring contractors pay adequate compensation to workers involved. Furthermore, a site visit opportunity is provided for potential bidders to assess the locations of the buildings scheduled for demolition. It underlines the significance of compliance with federal regulations and aims to improve facility safety and operations at the military base.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the demolition of fifty-three buildings at Marine Corps Base Camp Lejeune in North Carolina. This project, categorized as a Firm-Fixed Price (FFP) contract, is entirely set aside for small businesses and requires compliance with federal regulations regarding hazardous materials, including asbestos and lead-based paint, identified in prior surveys. The successful contractor will be responsible for all aspects of the demolition, including labor, supervision, and the safe disposal of hazardous materials, with a performance period of 365 days post-award. Interested parties must submit sealed bids by 10:00 AM local time on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    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, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 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 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 is aimed at providing 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 2:30 PM EST on March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate proposal preparation.
    Landfill Maintenance and Repair Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The contract, designated as a firm-fixed-price agreement, is set aside for small businesses and encompasses a base period of 12 months with four optional one-year extensions. The contractor will be responsible for providing labor, materials, and supervision to ensure compliance with the Performance Work Statement and various annexes, reflecting the importance of maintaining operational standards for waste management and environmental protection. Proposals are due by 2:30 PM EDT on March 27, 2025, and interested parties should contact Benjamin A. Bryan at benjamin.a.bryan.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the construction of the P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance operational capabilities for the Marines stationed at the base. The successful contractor will be responsible for the construction of various facilities that support maintenance and operational functions, which are critical for the readiness of military operations. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or call 757-341-1999 for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.
    30 CES Demolition Services for Buildings 886, 887, and 888
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The contractor will be responsible for all aspects of the demolition, including labor, materials, and the safe disposal of hazardous materials such as asbestos and lead-based paint, under a firm fixed price agreement valued at approximately $19 million. This procurement is crucial for maintaining operational safety and compliance with environmental regulations at the military installation. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Andrew Gabel or Kristofer Clark via their provided email addresses.
    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 procurement aims to award approximately five contracts, with a total estimated value not to exceed $495 million over five years, emphasizing the importance of contractor performance, safety measures, and compliance with federal standards. This opportunity is a total small business set-aside under NAICS code 236220, and interested contractors must submit their proposals, including past performance evaluations, by the specified deadlines. 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.
    Defense Supply Center Richmond - Building 19 Partial Demolition
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the partial demolition of Building 19 at the Defense Supply Center Richmond in Virginia. This project, set aside for small businesses, involves the careful demolition of the existing structure while preserving utilities servicing a credit union and converting the area into greenspace, adhering to strict safety and environmental regulations. The estimated contract value is between $1 million and $5 million, with a performance period of 365 days following the Notice to Proceed. Interested contractors must submit their bids by March 12, 2025, and are encouraged to contact Brandon Jump at brandon.jump@dla.mil or 804-279-4512 for further details.
    Relocate BEQ Smoke Detectors, B4166 and B4167, Station
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the relocation of smoke detectors in barracks B4166 and B4167 at Marine Corps Air Station Cherry Point, North Carolina. The project, identified as Project Number 7341320, requires contractors to complete the relocation within 90 days of contract award, with an estimated cost range between $25,000 and $100,000. This initiative is crucial for maintaining safety standards and operational efficiency within military facilities, ensuring compliance with federal regulations, including the Davis-Bacon Act for wage determinations. Interested contractors must submit their proposals by March 6, 2025, and are advised to contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further information.