IR DEMO PROJECTS
ID: N4008525B2500Type: Presolicitation
AwardedJul 21, 2025
$1.4M$1,413,981
AwardeeMACSONS, INCORPORATED Norfolk VA 23504 USA
Award #:N4008525C0008
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, specifically targeting the demolition of 53 facility buildings. This project requires contractors to manage the demolition process while adhering to safety and environmental regulations, particularly concerning hazardous materials such as asbestos and lead-based paint, as identified in preliminary surveys. The procurement is set aside for small businesses, with a firm-fixed-price contract structure, and proposals must be submitted in hard copy by 10:00 AM (EST) on March 19, 2025. Interested parties can reach out to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further inquiries.

    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.
    This document is an amendment to the solicitation for the N40085-25-B-2500 IR DEMO Project at Camp Lejeune, which focuses on the demolition of 53 facility buildings. The amendment outlines the changes made in response to inquiries and corrections, including the removal of specific structures from the bid sheet. A mandatory bid conference is scheduled for March 19, 2025, where bidding companies can attend and clarify any questions related to the project. Key questions and answers related to the bidding process address site access, requirements for licensing and training, and disposal policies for hazardous materials like lead and asbestos. Notably, the government affirms that the project does not require construction phasing and specifies that contractor responsibilities include the removal of all materials left on site, although containers for hazardous materials will not be provided. The amendment emphasizes a firm-fixed pricing structure for submitting offers, which must cover all required line items. This procurement is exclusively set aside for small businesses, and bids must be submitted on paper, as electronic submissions are not permitted. Overall, it ensures a structured bidding process with clearly outlined requirements to enhance compliance and facilitate a successful demolition project.
    The document is an amendment to solicitation N4008525B2500, detailing updates to a construction project at Camp Lejeune managed by NAVFACSYSCOM Mid-Atlantic. It includes responses to bidders’ questions regarding project specifications, specifically about materials and building access. Key clarifications indicate that certain buildings, such as SRR3B and SBB159, are not part of the project, and pre-removal of lead materials prior to demolition is not required as long as threshold levels are maintained. The amendment also addresses environmental disposal regulations for asbestos and lead-based paint during demolition. Revised Exhibit Line-Item Numbers (ELIN) are provided for pricing, with specific instructions for bidders on how to acknowledge the amendment and submit offers correctly. Important deadlines and contact information for sponsoring access to the base are included. This document is part of the federal procurement process aimed at ensuring compliance, clarity in project expectations, and proper contractor participation in the bidding process.
    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
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 for further information.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    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.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Demo B6119
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    RFP - DEMOLITION OF VARIOUS FACILITIES, NAS Key West
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is soliciting proposals for the demolition of various facilities at Naval Air Station Key West, Florida. This project is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction. The successful contractor will be responsible for the safe and efficient demolition of specified structures, contributing to the maintenance and modernization of military facilities. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number N6945025RDC03. For inquiries, contact Dennis Bourgault at dennis.p.bourgault.civ@us.navy.mil or Sheila Borges at sheila.i.borges.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is 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.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    D-10298 Mainside Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base Camp Lejeune, North Carolina, under the D-10298 Mainside Pay As Cut FY26 contract. This pay-as-cut timber sale requires bidders to meet or exceed government estimated unit prices for various timber products, with the highest total bid winning the contract, which extends until December 31, 2027. The timber sale is crucial for supporting construction projects and silvicultural work, emphasizing safety and environmental responsibility throughout the logging process. Bids are due by 2:00 PM local time on January 8, 2026, with a required bid deposit of 20% and performance bond of $25,000; interested parties should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of two road plates on the Runway 23R Service Road at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7273833, is restricted to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors and has an estimated cost of less than $25,000, with a completion timeline of 60 calendar days. The work is critical for ensuring safe vehicle traffic over drainage channels and requires strict adherence to base regulations, including a mandatory site visit on December 15, 2025, and proposal submissions by December 30, 2025, at 12:00 PM EST. Interested contractors should contact Kathryn French Nethercutt at kathryn.l.nethercutt.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.