Bldg 1023 cabinets & Rollup Doors
ID: N40085-26-R-9002Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a comprehensive submittal register for a government contract, detailing various items and actions required from the contractor for different phases of a project. It categorizes submittals into sections like Preconstruction, Product Data, Test Reports, Certificates, and Closeout. Key items include Accident Prevention Plans, Construction Schedules, Quality Control Plans, various test reports (e.g., crane, backflow preventer), and closeout documentation such as the Submittal Register and complete Submittal Package. The register outlines specific paragraph numbers, specification sections, and review classifications (Govt or A/E). It also includes fields for tracking action codes, dates of action, approvals, and remarks, ensuring all required documentation is submitted, reviewed, and approved according to contract specifications. This structured approach helps manage project documentation and compliance for federal, state, and local RFPs and grants.
    The document outlines the detailed construction plans and specifications for the installation of kitchen cabinets and motorized roll-up doors at Building 1023, Camp Lejeune, North Carolina. It includes information on the required materials, contractor responsibilities, scheduling access, demolition, electrical work, and specific safety measures related to fire hazards and asbestos disposal. The contractor is also responsible for all field measurements and ensuring compliance with relevant regulations and codes during execution.
    This government file outlines the administrative and procedural requirements for construction contracts at Marine Corps Base Camp Lejeune, North Carolina. It details work coverage, location at Camp Lejeune, phased construction, and protection of existing infrastructure. Key administrative aspects include special scheduling, contractor access and use of premises, adherence to Activity Regulations, and participation in the Defense Biometrics Identification System (DBIDS) for installation access. The document also specifies security requirements, emergency unexploded ordnance (UXO) response protocols including mandatory 3R training, and a strict no-smoking policy. Financial procedures cover the schedule of prices, contract modifications, invoicing using NAVFAC forms, and conditions for government payments, including those for on-site and off-site materials. Administrative requirements include photographic documentation of progress, minimum insurance, electronic mail communication, and superintendent qualifications. It also outlines essential meetings such as preconstruction, Red Zone, and partnering sessions. Finally, the document mandates the use of the Naval Facilities Engineering Command's (NAVFAC's) Electronic Construction and Facility Support Contract Management System (eCMS) for document transfer and management, detailing system requirements, user privileges, and proper classification and marking of unclassified and controlled unclassified information (CUI).
    The "Contractor Environmental Guide" for Marine Corps Base Camp Lejeune and Marine Corps Air Station New River provides essential environmental compliance information for contractors. It outlines requirements based on Federal, State, local, USMC, and installation policies, including Marine Corps Order 5090.2. Key areas covered are the Environmental Management System (EMS), mandatory environmental awareness and EMS training, air quality regulations, emergency response procedures for spills, cultural and natural resource protection, and management of hazardous materials, hazardous waste, asbestos, and lead-based paint. The guide also addresses stormwater management, solid waste, recycling, pollution prevention, and procedures for discovering undocumented contaminated sites. Contractors are responsible for understanding and adhering to all applicable regulations, with initial inquiries directed to the Resident Officer in Charge of Construction (ROICC) or Contract Representative.
    The solicitation N40085-26-R-9002 is for the "Bldg 1023 Cabinets & Roll Up Doors" project at MCB Camp Lejeune, North Carolina. This is a restricted solicitation, open only to four specific contractors: T.E. Davis Construction Company, Joyce & Associates Construction, Inc., Olympic Enterprises, Inc., and Quadrant Construction. The project has an estimated cost range of $25,000 to $100,000 and a contract completion period of 180 days. Proposals are due by December 31, 2025, 12 PM EST, with a site visit scheduled for December 16, 2025, at 9 AM. The award basis is the lowest price. The document includes detailed wage determinations for various labor classifications in Onslow County, North Carolina, and outlines
    The MAXIMO Initial Equipment Inventory and Replacement/Update Form is a standardized document for federal, state, and local government entities to track and manage equipment. It facilitates data collection on various equipment types, including generators, HVAC systems (AC units, chillers, heat pumps, air handlers), pumps, boilers, and other mechanical systems. The form captures details for both existing and new/replacement equipment, documenting specifics like manufacturer, model, serial number, power type (electric, oil, gas, steam, hot water), and motor data (HP, volts, phase, RLA, RPM, frame, tons, number of motors/belts, KW, and refrigerant type). This ensures accurate inventory management and supports maintenance, replacement, and upgrade initiatives within government facilities, aligning with the needs of RFPs and grant-funded projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 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.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the 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.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Buyer not available
    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.
    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.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    N442487477134 P990 Abandoned Piping Demo
    Buyer not available
    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.
    Replace Fire Sprinkler Dry Piping, B-232
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This project is exclusively open to specific Mechanical MACC contractors, including Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc., with an estimated cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The work involves the demolition of existing piping and installation of new systems, adhering to strict safety and regulatory standards, including compliance with NFPA 13 and UFC 3-600-01. Proposals are due by January 5, 2026, following a mandatory site visit on December 16, 2025. Interested contractors can contact Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further information.
    D-10298 Mainside Pay As Cut FY26
    Buyer not available
    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.
    Repair Fuel System B4505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. The project involves the repair of three fuel storage tanks, associated piping, and perimeter fence, with a focus on replacing tank and pipe coatings and repairing existing fence posts. This procurement is critical for maintaining operational readiness and compliance with government regulations, with an estimated contract value between $500,000 and $1,000,000. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested contractors must acknowledge the recent amendment to the solicitation and attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J. Hislop at meghan.j.hislop.civ@us.navy.mil.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.