NAVEUR Operations and Fleet Support Center
ID: N3319125R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM EUROPE AFRICA CENTRALFPO, AE, 09622-0051, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Europe Africa Central (NAVFACSYSCOM), is soliciting proposals for the upgrade of Facility 127 to establish a Secure Working Area (SWA) that complies with current Secure Compartmented Facility (SCIF) and Open Secret Storage (OSS) standards. The project entails executing all work in accordance with a Construction Security Plan (CSP) specifically developed for this initiative, with technical specifications and drawings provided to offerors possessing a current facility clearance. This upgrade is crucial for ensuring secure operations within the facility, which plays a vital role in supporting defense activities. Interested contractors can reach out to Myangela Buescher at myangela.h.buescher.civ@us.navy.mil for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P-909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    DESIGN-BUILD NSWCPD PACKAGE 2 B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a design-build contract focused on various repair and upgrade projects at the Philadelphia Naval Yard Annex. The scope of work includes emergency exit pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is critical for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 24, 2025, with a site visit scheduled for February 20, 2025, and interested contractors can contact Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    REACT Relocatable Modular
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, is soliciting quotes for the REACT Relocatable Modular project, which involves the design, construction, and installation of a modular facility compliant with Intelligence Community Directive (ICD) 705 standards. This procurement aims to establish a secure facility that meets specific requirements for fire safety, IT infrastructure, and security measures, including RF shielding and sound insulation, essential for operations involving sensitive information. The contract is set aside for small businesses, with a firm fixed price format, and requires proposals to be submitted by January 24, 2025, following a series of amendments that have extended the deadlines and clarified requirements. Interested contractors should direct inquiries to Theresa Lee at seunghwa.t.lee.civ@us.navy.mil or call 760-608-6780 for further details.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    DJIBOUTI MACC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Europe Africa Central, is soliciting bids for the DJIBOUTI MACC project, which involves commercial and institutional building construction. The procurement aims to address the repair or alteration of miscellaneous buildings, emphasizing the importance of maintaining and enhancing military infrastructure in the region. Interested contractors should note that the primary contact for this opportunity is Myangela Buescher, who can be reached at myangela.h.buescher.civ@us.navy.mil, while Virginia Ryerson serves as the secondary contact at virginia.ryerson.civ@us.navy.mil or +390815684533 for further inquiries.
    N62473-24-R-0046 P-180 Naval Innovation Center, NSAM, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the construction of the P-180 Naval Innovation Center located at Naval Support Activity Monterey, California. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance the capabilities of the Naval Innovation Center. The procurement process is critical for ensuring that qualified contractors can effectively contribute to the development of this facility, which is vital for advancing naval innovation and technology. Interested contractors should direct their inquiries to Baylee Hubbell at baylee.e.hubbell.civ@us.navy.mil or Christina Laudick at christina.d.laudick.civ@us.navy.mil, with the proposal submission details and deadlines outlined in the solicitation documents.
    Conversion of Building to Secure Space, Okinawa, Japan
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the conversion of a building into secure space in Okinawa, Japan. This project involves the transformation of approximately 6,116 square feet of a single-level building to meet secure space specifications, including construction, demolition, and environmental remediation work. The contract is crucial for ensuring the facility meets national security standards and will be awarded through a Request for Proposal (RFP) process, with an estimated project value between $5 million and $10 million. Interested contractors must possess a valid U.S. Facility Clearance Level (FCL) of Secret and submit their requests for solicitation documents by 5:00 PM, November 1, 2024, to the designated contacts, Jack Letscher and Norman Roldan.
    PRE-SOLICITATION NOTICE FOR DESIGN-BID-BUILD, NWC B686 CONOLLY HALL UPGRADES / NWC MODULAR BUILDINGS, NAVAL STATION NEWPORT, RHODE ISLAND
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is preparing to solicit bids for the design-bid-build project involving upgrades to Conolly Hall and modular buildings at Naval Station Newport in Rhode Island. The procurement aims to enhance the existing facilities, ensuring they meet current operational standards and requirements. This construction project is critical for maintaining the infrastructure necessary for naval operations and supporting personnel at the station. Interested contractors can reach out to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Shayna Eichner at shayna.t.eichner.civ@us.navy.mil for further details, with the project classified under NAICS code 236220 and PSC code Y1JZ.
    NAWCAD Lakehurst Building 562 Room 230 Work Area Build v3
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals from qualified small businesses for the procurement, assembly, and installation of office furniture in Building 562, Room 230 at Joint Base McGuire-Dix-Lakehurst, New Jersey. The project requires a variety of furnishings, including private office suites and collaborative workspaces, to be completed within a 90-day performance period following contract award, adhering to specific installation and safety standards outlined in the Statement of Work. This procurement is critical for enhancing workplace infrastructure and ensuring compliance with federal regulations, with proposals evaluated based on price, technical capability, and past performance. Interested vendors must submit their proposals by the specified deadline and may confirm attendance for a site visit scheduled for March 6, 2025, by contacting Mark Schnittman at mark.a.schnittman.civ@us.navy.mil.
    Site security services
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLC Sigonella Naples Office, is seeking to modify an existing contract for site security services in Naples, Italy. The modification will include additional periods of performance for Construction Site Technician Leads (CST-Ls), Cleared American Guards (CAGs), and Construction Site Technicians (CSTs), with an estimated contract value of approximately $2.4 million. These specialized security services are critical for maintaining safety and operational integrity at construction sites in an overseas environment, necessitating a single-source procurement due to the unique requirements and urgency of the services. Interested parties may submit capability statements or proposals for market research purposes, and inquiries can be directed to Benjamin Hardy at benjamin.n.hardy.civ@us.navy.mil or by phone at 390815683979.