REACT Relocatable Modular
ID: N6893624Q0259Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

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

    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.

    Files
    Title
    Posted
    The document outlines Amendment 0002 to solicitation N6893624Q0259, which extends the deadline for submitting quotes from January 24, 2025, to February 21, 2025, at 5:00 PM. It emphasizes the importance of acknowledging receipt of this amendment prior to the specified deadline, offering multiple methods for acknowledgment to ensure compliance. Additionally, the document informs stakeholders to review industry-submitted questions and the government's responses provided in the upcoming solicitation amendment. The signing authorities are noted, and the continuation page summarizes the change as an adjustment to the response date. This extension is part of the federal government's standard procedure for solicitations, ensuring adequate time for contractors to prepare and submit competitive offers. Overall, the amendment serves to facilitate the procurement process in a structured manner, promoting transparency and stakeholder engagement.
    The document outlines Amendment 0003 for solicitation N6893624Q0259, formally extending the submission deadline for quotes from February 21, 2025, to March 7, 2025, at 5:00 PM. It emphasizes that all other terms and conditions of the original solicitation remain unchanged. Additionally, it prompts contractors to review industry-submitted questions and the corresponding government responses to ensure they are informed. The amendment requires that acknowledgment of this change be submitted through specified methods prior to the updated deadline, highlighting the importance of timely communication to avoid rejection of offers. The amendment was officially signed on February 13, 2025, by the contracting officer and includes administrative details relevant to the modification process. Overall, this document plays a crucial role in maintaining clarity in the solicitation process, ensuring all potential contractors are kept up to date with changes necessary for participation in government projects.
    This document outlines Amendment 004 of contract N6893624Q0259, detailing significant modifications to the original solicitation. The amendment incorporates changes including the removal of specific site preparation requirements and the addition of new design standards related to Furniture, Fixtures, and Equipment (FF&E). Key updates also include revisions to technical documents (such as Exhibit A), and the inclusion of government responses to bidders' inquiries. Importantly, the evaluation criteria for contractor submissions emphasize technical capability as the foremost factor, followed by past performance, and price considerations. The government reserves rights to adjust award decisions based on technical compliance and overall value. It also highlights liquidated damages terms for delays in delivery, stressing the importance of adherence to deadlines. The document serves as a formal notification to contractors about revisions and requirements under the contract, reinforcing compliance with procurement regulations and the evaluation process within government projects. Such amendments are standard in government RFPs, ensuring transparency and clarity in contract terms and obligations.
    The document is an amendment (0005) to a federal solicitation (number N6893624Q0259), modifying various terms of the initial contract. The main purpose is to extend the quote due date from March 7, 2025, to March 21, 2025. It also includes updated technical documents and implements changes in compliance with Executive Orders 14173 and 14168, while revoking EO 11246 by amending clauses related to equal opportunity and segregation facilities. Notable updates include alterations in Section J, Attachment L-2, detailing technical capabilities, and deletions in Section I pertaining to previously required contracts aimed at promoting equal opportunity. Additional adjustments to Section K provide new representations and certifications for offerors, specifically focusing on compliance, business size, and ownership demographics. By modifying these provisions, the solicitation remains aligned with contemporary regulatory mandates and supports diverse business engagement, emphasizing transparency and responsibility in government contracting processes. The amendment ensures clarity of requirements for bidders while preserving the overall terms of the original solicitation.
    The document outlines the responses to various questions posed by contractors concerning the Request for Quote (RFQ) N6893624Q0259 related to the construction of a modular facility. It addresses critical aspects such as site dimensions, construction specifications, and compliance with standards including IEEE for RF and STC ratings. The responses clarify requirements for the building’s design and functionality, particularly concerning sound transmission and electromagnetic shielding for sensitive areas like SCIF (Sensitive Compartmented Information Facility). Key points include the confirmation that no state approval is required for California, specifications for wall construction type, and power requirements. Furthermore, the document establishes that while a SSM (Security Site Manager) is not required on the contractor's side, certain security measures, including monitoring and access control, must be adhered to. The structure follows a question-and-answer format, deriving from the Statement of Work (SOW) and relevant exhibits, providing comprehensive responses to ensure compliance with government regulations. This document serves as a pivotal resource for bidders, ensuring all parties understand the expectations and requirements of the modular facility project, aiding in competitive proposal preparation for government contracts.
    The document serves as a pricing summary for the RFQ N6893624Q0259, focusing on the delivery schedule and costs associated with various project components. It outlines the items to be delivered, including design, fabrication, transportation, and installation services, each identified by a Contract Line Item Number (CLIN). The delivery schedule for design and drawings is set at 120 days, while the exact timelines and prices for subsequent items are left blank, indicating that these may be filled in by the responder. It specifies a requirement for site preparation and modifications, highlighting the need for a Hazard Analysis Rate (HAR) percentage to be provided. Furthermore, it details the timeline for installation and commissioning/testing phases related to the completion of each CLIN. The total completion time from CLIN 0001 to 0008 is to be calculated, emphasizing the project’s phased approach and dependency on previous stages. This document is integral to government procurement processes, forming part of a request for proposals (RFP) that invites offers for completing specific tasks within a set timeframe and budget, adhering to federal guidelines. It highlights the structured nature of government contracts and the importance of clear timelines and financial accountability.
    The document outlines a request for quotations (RFQ) by the Department of the Navy, specifically under the control of Procurement Group E253000, for the advertised RFQ N6893624Q0259. This RFQ pertains to procurement and acquisition, encompassing controlled unclassified information (CUI). A point of contact (POC) for inquiries is provided, Theresa Lee, along with her email address. Additionally, an attachment labeled "Quoter's Questions Submittal Form" is referenced, which requests contractors to submit their questions concerning the RFQ. Enclosed fields require information such as the referenced document, pertinent sections and paragraphs, and a detailed question for clarity. The structure emphasizes organized communication between the Navy and potential contractors, ensuring that all inquiries are systematically addressed. The intent is to facilitate a streamlined procurement process, maintaining transparency and efficiency in acquiring necessary services or goods.
    The document outlines the requirements matrix for the REACT Modular project under RFQ N6893624Q0259. It specifies the compliance necessary for an Intelligence Community Directive (ICD) 705 facility, including constraints on acoustical performance, RF shielding, and adherence to various safety codes such as UFC and NFPA regulations. The scope of work includes detailed tasks such as site preparation, construction security plan compliance, delivery and installation of systems, and network infrastructure integration. Proposals are required to confirm general capabilities and industry standards, with an emphasis on the use of U.S. personnel for construction. Accountability measures include maintaining logs of personnel and ensuring secure handling of project materials. Additionally, the contractor must provide necessary documentation for RF and sound testing, along with meeting ADA standards for accessibility. The purpose of this matrix is to guide contractors in their proposals to ensure all requirements are met for compliance and safety within the context of government projects. The document prioritizes secure and efficient construction management while adhering to federal regulations, thus ensuring the project meets the stringent standards set forth for secure government facilities.
    The document is a request for quote (RFQ) from the Department of the Navy, specifically Procurement Group E251000, regarding a project that encompasses design, fabrication, installation, and testing services. The RFQ identified in document number N6893624Q0259 encompasses several deliverables with a firm fixed price format outlined across various task items, including design and drawings, site preparation, fabrication, transportation, modular installation, and installation of additional systems. The schedule indicates that deliverables should be completed within 120 days, with emphasis placed on a pricing summary that requires input from the quoting company. An option for ISP installation is also mentioned. The intent of this RFQ is to invite qualified vendors to provide pricing and timelines for these specific services, underlining the importance of compliance with controlled unclassified information (CUI) standards. This initiative demonstrates the Navy's ongoing commitment to secure and efficient procurement processes for necessary project components.
    The document outlines the requirements for submitting a Past Performance Reference Form in response to RFQ Ref. N6893624Q0259, controlled by the Department of the Navy through NAWCWD. It aims to evaluate an offeror's past performance concerning modular constructions, including delivery dates, quality metrics, and compliance with contract requirements. The form includes sections for the offeror to provide essential data, such as contract number, contract value, and modular specifications, along with various performance evaluations based on the Contractor Performance Assessment Reporting System (CPARS) or alternative reviewer assessments. Key performance indicators cover conformance to contract requirements, quality and timeliness of delivery, customer service, technical support, and warranty claims. The document emphasizes the importance of emailing the completed form to the designated contact, Theresa Lee, to facilitate the procurement process. This structured evaluation ensures that past performance is thoroughly reviewed, supporting the procurement decision-making process for federal contracting initiatives.
    The SECNAV 5512/1 form serves as a registration document for local population ID cards and base access passes within the Department of the Navy (DON). It outlines the legal authority and purpose for collecting personal information, primarily to manage physical access to military installations and ensure security. The form requires applicants to provide various identity verification documents and personal details, such as name, gender, date of birth, citizenship status, and physical attributes. It further mandates background checks through the National Crime Information Center (NCIC) to assess an applicant's eligibility for access, emphasizing the prohibition of access for individuals on terrorist watch lists or with felony convictions. The process ensures that only vetted individuals can enter sensitive areas. The final determination of access is at the discretion of the Base Commanding Officer. The completion of this form is crucial for individuals seeking access to DON facilities, thereby balancing the need for security with the facilitation of necessary access for authorized persons.
    The NAWCWD Relocatable Construction Security Plan (CSP) outlines security protocols for constructing a modular facility at Naval Base Ventura County, Point Mugu, CA. Following a security inspection in 2022, a new secure facility compliant with Intelligence Community Directive (ICD) 705 standards is necessary. The CSP encompasses contractor prefabrication processes at their assembly sites and on-site assembly at Point Mugu, requiring specific security measures and personnel coordination. Key responsibilities lie with designated Site Security Managers (SSMs) for both contractors and customers, ensuring compliance with security protocols throughout the construction process. The project will involve multiple phases and meeting stringent Radio Frequency (RF) shielding requirements. All personnel must meet U.S. status requirements, and access to sensitive construction documents will be strictly controlled. The CSP emphasizes a layered security approach to deter unauthorized access and mandates comprehensive documentation practices. Compliance with provisions in various Intelligence Community standards is required, with both the contractor and customer responsible for maintaining secure environments during and after construction. Overall, this plan ensures that the development of the new secure facility is executed with a high level of security oversight, aligning with federal and local regulations.
    The document outlines the Statement of Work (SOW) for the installation of Electronic Security Systems (ESS) at the Naval Air Warfare Center Weapon Division (NAWCWD) in China Lake and Point Mugu. It specifies the requirements for Intrusion Detection Systems (IDS), Automated Entry Control Systems (AECS), and Closed-Circuit Television (CCTV) installations to comply with Department of Defense (DoD) and Navy security standards. Key elements include installation coordination with the Government's Technical Point of Contact (TPOC), adherence to various safety and technical standards, and ensuring all wiring and equipment meet regulatory requirements. Central requirements specify using designated products like DMP for IDS, Identiv for AECS, and detailed guidelines for hardware installations. The contractor must ensure accessibility, labeling, and proper operations during system tests, with thorough documentation and programming completed before final acceptance. The document emphasizes security protocols, including background checks and compliance with ITAR regulations, underscoring the importance of safeguarding Controlled Unclassified Information (CUI). Overall, this SOW serves as a comprehensive guide for contracting agencies to ensure the reliable and compliant installation of critical security systems at government facilities.
    The DITAC Port Labeling document establishes standardized protocols for labeling network ports in federal office environments. It specifies nomenclature for equipment such as workstations, telephones, and various cable types (Fiber and Ethernet), ensuring consistent identification across infrastructure. The labeling system is structured to include detailed breakdowns, featuring distinct codes for building numbers, room numbers, workstation drops, and various network designations (e.g., NMCI, RDT&E). Special considerations are outlined for six-gang ports, adherence to TIA 606-A labeling requirements, and integration of color-coded cable jackets. The guidance is particularly relevant for ongoing projects as of March 2023, promoting compliance with DITAC preferences without affecting execution timelines or costs. The objective is to facilitate clear communication and enhanced functionality within government-controlled networks, underscoring the importance of systematic organization in federal infrastructure deployment.
    The Naval Base Ventura County Installation Design Plan (IDP) outlines the Installation Appearance Standards focused on improving aesthetic appeal and functionality through comprehensive signage and landscaping guidelines. Key objectives include standardized entries with prominent Navy branding, including the installation’s official seal on entry monument signs. The document specifies design parameters for various signage including size, color, font, and placement, tailored to the specific speed limits of roadways, ensuring visibility and clear communication. Additionally, the plan outlines an approved landscape plant list that prioritizes low-water and drought-tolerant species suitable for the region’s environmental conditions. Emphasis is placed on sustainable practices and enhancing biodiversity through native plant selections. It addresses concerns such as soil type and sunlight exposure, categorizing plants based on height and water requirements. This document serves as a guideline for contractors involved in maintaining or upgrading the Naval Base’s physical appearance while ensuring consistency with Navy standards and environmental sustainability. It reflects a commitment to improving the installation's overall aesthetics and functionality for operational effectiveness and community engagement.
    The Statement of Work (SOW) outlines the requirements for designing, constructing, delivering, and installing a relocatable modular facility that adheres to Intelligence Community Directive (ICD) 705 and provides a minimum of 80dB radio frequency attenuation. This project, led by the Naval Air Warfare Center at Point Mugu, California, entails various tasks including project design, construction security plan compliance, site preparation, and installation of infrastructure such as electrical systems, HVAC, and security measures. Key tasks include submitting detailed design phases for government approval, coordinating site conditions, and ensuring compliance with numerous federal codes and standards. The contractor is responsible for verifying existing site conditions, coordinating all installation activities, and maintaining security protocols. The facility must include operational rooms, restrooms, and secure access controls while adhering to fire safety standards and accessibility requirements. The overall goal is to ensure the relocatable facility is functional, secure, and compliant, achieving completion within stipulated timelines and acceptable quality standards. This document encapsulates critical expectations for federal contracting endeavors focused on sensitive information handling, adhering to strict operational guidance, and maintaining national security requirements.
    The provided document outlines the Contract Data Requirements List (CDRL) for the Modular Prefabricated ICD Relocatable project, managed by the Naval Air Warfare Center Weapons Division (NAWCWD). It details various data items required from contractors during different project phases, primarily focusing on Technical Data Packages (TDP), personnel rosters, inspection reports, and progress reports. Each item specifies submission requirements, distribution statements, and estimated total prices, while adhering to government guidelines and standards. The importance of timely submission and government review is emphasized, particularly concerning technical documentation and compliance with controlled information categories. The document also includes requirements for electronic submission formats and specifics about documentation responsibilities. Overall, it establishes a clear framework for contractors to follow in providing necessary data to support project execution while ensuring compliance with federal regulations.
    This document is an amendment to a solicitation, specifically extending the due date for quotes from January 10, 2025, to January 24, 2025. The formal communication format follows the government’s standard procedures, indicating that all other terms and conditions in the referenced documents remain unchanged. The amendment requires offerors to acknowledge receipt either through submission of the amendment or their offer copies, highlighting the potential rejection of offers not in compliance. The contracting officer’s information is included, specifying the issuing office and contact details. The amendment signals an administrative change to facilitate the procurement process without altering the fundamental solicitation or contract terms. This extension is critical for ensuring adequate time for potential bidders to prepare and submit their offers, showcasing the procedural adherence typical within federal contracting environments.
    The document is a Request for Quotation (RFQ) from the Naval Air Warfare Center Weapons Division, soliciting Firm-Fixed Price (FFP) quotes for various services including design, site preparation, fabrication, transportation, installation of modular structures, and the installation of electronic security systems. The procurement is a competitive small business set-aside, emphasizing the government's commitment to utilizing small businesses for this contract. Key details include contact information for the contracting specialists, specifications on delivery and acceptance, and clauses governing hazardous materials and subcontracting limitations. The RFQ outlines a clear timeline, with offers due by January 10, 2025, and integrates clauses from the Federal Acquisition Regulation (FAR) relevant to commercial item contracting. The structured approach ensures compliance, safety, and effective communication among contractors while addressing environmental regulations and specifying inspection and delivery protocols. This document reflects standard procedures within government procurement aimed at facilitating transparency and accountability in awarding contracts to businesses aligned with federal goals.
    The Statement of Work (SOW) outlines a project to design, construct, and install a relocatable modular facility compliant with Intelligence Community Directive (ICD) 705 and achieving an 80 dB radio frequency attenuation. This facility aims to support the Naval Air Warfare Center at Point Mugu, CA. The project includes comprehensive tasks such as compliance with security and design standards, site preparation, delivery, installation, and commissioning. Contractors are required to provide detailed design phases, coordinate with government representatives, and ensure that all aspects adhere to various federal regulations and standards. Key project components involve interior networking, specific room setups with electronic security systems, specialized HVAC requirements, and compliance with the Americans with Disabilities Act. Additionally, the contractor must ensure all work meets strict security protocols, including the handling of Controlled Unclassified Information (CUI). The anticipated outcome is a fully functional, compliant modular facility that supports secure operations, demonstrating a commitment to technical excellence and project management within the federal contracting framework.
    The document outlines requirements for the REACT Modular project, detailed in the RFQ N6893624Q0259. It emphasizes the need for compliance with ICD 705 standards, including construction of a secure facility with specified fire safety and IT infrastructure measures. Key features include STC-50 rated walls and doors, life safety provisions, and redundant HVAC systems. The contractor must ensure U.S. citizens perform all construction tasks and provide necessary security measures, including personnel vetting and daily logs for site access. The proposal must include options for fiber cabling and comprehensive testing for RF attenuation, sound insulation, and adherence to the Americans with Disabilities Act. The contractor is also responsible for managing the delivery, installation, and commissioning of the modular space within 120 days and must maintain a high level of documentation and transparency throughout the process. Overall, the document calls for a comprehensive approach to meet security, operational, and compliance needs for the modular facility project, reflecting government mandates for infrastructure projects involving sensitive information.
    Lifecycle
    Title
    Type
    REACT Relocatable Modular
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    AB / Shielded Enclosure Cabinet
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Eglin Air Force Base, is seeking quotes for the procurement of one Shielded Enclosure Cabinet for UHF Radio, as outlined in the Technical Requirements Document dated August 6, 2025. The cabinet must meet stringent specifications, including 70dB RFI protection and 40dB EMI protection, and must comply with Mil-Std-461F and Mil-Std-810G, with delivery required within 90 to 180 days after receipt of order. This acquisition is a Total Small Business Set-Aside under NAICS code 337215, with a firm-fixed-price contract awarded based on best value criteria, including technical capability, past performance, and price. Interested parties must submit their quotes by 10:00 AM Central Standard Time on January 2, 2026, and direct any inquiries to SrA Abigail Gonzalez or Naomi Letting via the provided email addresses.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    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.
    Faraday Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.gov.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    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 "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 with a fire suppression system, and motorized roll-up doors, requiring contractors to provide all necessary materials, labor, and supervision. The procurement is set aside for small businesses, with an estimated contract value between $25,000 and $100,000, and proposals are due by December 31, 2025, at 12 PM EST, following a site visit on December 16, 2025. Interested contractors should contact Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further details.
    ICD-705 Sensitive Compartmented Information and Special Access Program Facilities (SCIF/SAPF) planning, design and construction course
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking training and coaching services for personnel involved in the planning, design, and construction of Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF). The procurement aims to provide a comprehensive course based on ICD-705 series documents and other relevant guidelines, focusing on design requirements, construction security plans, and best practices to ensure compliance with accreditation standards. This training is critical for enhancing the capabilities of designers and construction managers in handling sensitive information facilities. Interested parties can contact Christopher Jennen at Christopher.J.Jennen.civ@us.navy.mil or call 619-705-4920 for further details.
    58--ENCLOSURE, FCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the manufacture of 10 units of the Enclosure, FCR, identified by NSN 5820-01-654-0419. The procurement requires delivery of these items to designated DLA distribution centers in Pennsylvania and California within 120 days after contract award, adhering to specific technical and inspection requirements. This acquisition is crucial for maintaining radio and television communication equipment, and it is set aside entirely for small business concerns under FAR 19.5. Interested vendors must submit their proposals, including a completed and signed RFP, to the primary contact, Taylor N. Bloor, at TAYLOR.BLOOR@NAVY.MIL, prior to the closing date specified in the solicitation N00104-26-Q-BB25.