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 NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the "Bldg 1023 Cabinets & Roll Up Doors" project at Camp Lejeune, North Carolina. This project involves the construction and installation of kitchen renovations, including the installation of cabinets, a range hood, a sink, and motorized roll-up doors, with all materials, labor, and supervision provided by the contractor. The work is critical for enhancing facility functionality and safety, adhering to specific material and electrical codes, and ensuring compliance with environmental regulations. Proposals are due by January 7, 2026, at 2 PM EST, and interested contractors must acknowledge the amendments to the solicitation and ensure they are among the qualified M&R MACC Contractors listed in the General Requirements. For further inquiries, contact Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582.

    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.
    This government file outlines a Request for Proposal (RFP) for construction and installation work at Building 1023, Camp Lejeune, North Carolina, focusing on kitchen renovations and motorized roll-up door installations. The project requires the contractor to provide all materials, labor, equipment, and supervision. Key tasks include installing 24 linear feet of kitchen cabinets, a new range hood with a fire suppression system, a sink, countertop, and associated electrical work. Additionally, two motors will be installed on existing high-bay roll-up doors, including all necessary electrical connections and safety devices. The RFP emphasizes adherence to specific material specifications, electrical codes (2023 NEC standards), and safety protocols, including hazardous material disposal and "Hot Work" permits. Contractors must provide detailed submittals, including shop drawings, product data, and installer qualifications, and are responsible for field verification of all measurements.
    Amendment 0002 to Solicitation N40085-26-R-9002 addresses requests for information and extends the proposal due date for the Bldg 1023 Cabinets & Roll Up Doors project. Key changes include clarifying specifications for a stainless-steel undermount sink (correcting a typo regarding an integrated sink) and removing the requirement for a fire suppressant system for a range hood, as the government will provide a stove with a thermal cut-off. The proposal due date has been extended to January 7th, 2026, at 2 PM EST. Offerors must acknowledge this amendment, as failure to do so may result in proposal rejection. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0001 for solicitation N40085-26-R-9002, dated December 10, 2025, addresses requests for information regarding the "Bldg 1023 Cabinets & Roll Up Doors" project. The amendment clarifies that the deadline for proposal submissions remains unchanged. It provides specific answers to two questions: first, the range hood and fire suppression system shall be equal to a Cooksafe model CV-IN-E, as detailed on page 5 of the SOW section 4.1; second, cement backer board will only be installed at tile locations, not behind wall and base cabinets. All other terms and conditions of the original solicitation remain in full effect. Offerors must acknowledge receipt of this amendment when submitting their proposals to avoid potential rejection.
    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
    Dept Of Defense
    The Department of Defense, through NAVFAC Mid-Atlantic, is soliciting proposals for the P1556 10th Marines Maintenance and Operations Complex project at Marine Corps Base Camp Lejeune, North Carolina. This Design-Bid-Build (DBB) opportunity involves the construction of a multi-building complex, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The project is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, and emphasizes compliance with various environmental and safety regulations, including a minimum of 20% small business participation. Proposals are due by November 4, 2025, at 2:00 PM local time, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves roof repairs and is open exclusively to a pre-approved list of six Roofing MACC Contractors, with an estimated contract value between $1,000,000 and $5,000,000. The successful contractor will be required to complete the work within 450 days of award, adhering to strict safety and administrative protocols, and will face liquidated damages of $800 per calendar day for delays. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Repair BEQ AS4211
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Repair BEQ AS4211 project located at Marine Corps Air Station (MCAS) New River in North Carolina. This project, estimated to cost between $10 million and $25 million, involves extensive renovations and upgrades to various building systems, including the installation of a new fire alarm and mass notification system, as well as improvements to infrastructure such as parking lots and sidewalks. Only a select group of seven General MACC Contractors are eligible to submit proposals, with a proposal submission deadline set for January 14, 2025, and a completion timeline of 730 days post-award. Interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details and to ensure compliance with all requirements outlined in the solicitation documents.
    Chiller Replacement Bldgs. 128, 227, BB125, and RR135
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers in Buildings 128, 227, BB125, and RR135 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as Solicitation N40085-26-R-9005, requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, and supervision for the installation of new chillers, chilled water pumps, and associated electrical components, with a focus on minimizing disruption to ongoing facility operations. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, at 2:00 PM EST, and a site visit scheduled for December 30, 2025. Interested contractors should acknowledge Amendment 0001 in their submissions and can contact Tony Benson or Lauren Loconto 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.
    Replace Holcomb Blvd Culvert Pipe
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFAC Mid-Atlantic, is soliciting proposals for the replacement of the Holcomb Blvd Culvert Pipe at Marine Corps Base Camp Lejeune, North Carolina. This project involves the demolition and replacement of an existing culvert pipe, installation of new infrastructure, and adherence to strict environmental, health, and safety regulations. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 7, 2026, at 3:00 PM EST, following a mandatory site visit that occurred on December 17, 2025. Interested contractors must be on the pre-approved list and can contact Emily Walton at emily.a.walton6.civ@us.navy.mil or 757-994-5759 for further details.
    DLA: Roof Repairs Buildings 147 and 148
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs and structural modifications at Buildings 147 and 148 located at Marine Corps Air Station Cherry Point, North Carolina. The project encompasses comprehensive structural repairs, roof system replacements, and exterior wall repairs, specifically targeting various bays within the buildings, with a total estimated cost between $10 million and $25 million. This procurement is critical for maintaining the integrity and safety of the facilities, which will remain occupied during the work. Interested small businesses must submit proposals by January 16, 2026, and acknowledge the recent amendment extending the Request for Information deadline to December 29, 2025. For further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or call 910-939-9848.
    Building 1231 Replace RTU
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking proposals for the "Building 1231 Replace RTU" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the removal and replacement of rooftop units RTU-7 and RTU-10, with specific requirements for pre-approved mechanical contractors to submit proposals. The estimated project cost ranges from $250,000 to $500,000, with a completion timeline of 360 days post-award and a proposal submission deadline of January 16, 2026. Interested contractors should contact Edward Pelser or Lauren Loconto for further details and must adhere to the outlined administrative and security protocols throughout the project.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the installation of a generator and Automatic Transfer Switch (ATS) at Marine Corps Base Camp Lejeune, North Carolina, under solicitation number N40085-26-R-9001. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with specific requirements for compliance with electrical and environmental regulations. The estimated contract value ranges from $100,000 to $250,000, with proposals due by January 2, 2026, at 2:00 PM EST, and a site visit scheduled for December 18, 2025. Interested contractors must be among the pre-selected Mechanical MACC Contractors and can direct inquiries to Tony Benson or Lauren Loconto via the provided contact 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.