Clean & Paint Markings on Runway, Taxiway, & Aprons G23
ID: N400857474649Type: Solicitation
AwardedJul 10, 2025
$459.3K$459,333
AwardeeJOYCE & ASSOCIATES CONSTRUCTION, INC. Newport NC 28570 USA
Award #:N4008521D0101
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 Mid-Atlantic, is soliciting proposals for the Clean & Paint Markings on Runway, Taxiway, & Aprons project at Marine Corps Air Station Cherry Point, North Carolina. This project involves cleaning and restriping runway and taxiway markings, with a budget estimated between $500,000 and $1,000,000, and is expected to be completed within 180 days post-award. The procurement is restricted to pre-approved General MACC contractors, emphasizing the importance of compliance with safety regulations and coordination with airfield operations to minimize disruptions. Interested contractors must submit their proposals electronically by May 15, 2025, and can direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines Amendment #0002 to the Request for Proposal (RFP) for the Clean & Paint Markings project on Runways, Taxiways, and Aprons at Marine Corps Air Station Cherry Point, NC. The amendment addresses pre-award requests for information (RFIs) and confirms key dates, including the deadline for RFI submissions on May 5, 2025, and the proposal due date of May 15, 2025, which remains unchanged. It details contractor responsibilities, including project safety and control measures during construction, as well as specific areas designated for cleaning and painting. The amendment provides information about the cleaning of various runway markers, taxiway lines, and the requirement to relocate some existing markings. The contractor must ensure compliance with the specified guidelines and coordination with airfield management to ensure air traffic safety during construction activities. Overall, this amendment serves to clarify project expectations and administrative processes for interested contractors, ensuring all proposals are accurate and timely.
    The Department of the Navy is initiating a project (Project 7474649) to clean and paint runway, taxiway, and apron markings at Marine Corps Air Station Cherry Point, North Carolina. The project encompasses cleaning specific areas of the runway and restriping various taxiways and related markings. Scheduled work must be permitted and coordinated with the government to minimize disruptions to airfield operations. Contractors need to comply with various governmental safety and accessibility regulations, including obtaining identification badges for security clearance. The project involves submitting pre-construction documentation, which includes a schedule of prices, construction schedules, and various quality control documents, through the Electronic Construction and Facility Support Contract Management System (eCMS). Contractors must also submit visual progress documentation, safety reports, and updated schedules monthly. The contractor is responsible for managing subcontractors, ensuring timely project execution, and adhering to required safety standards. Payment processes are stipulated, emphasizing transparency and accuracy in invoicing. The document outlines specific guidelines for contractor access, governmental safety requirements, and protocols for communication throughout the project duration.
    The NAVFAC Specification 7474649 pertains to an amendment for a Request for Proposal (RFP) regarding the cleaning and painting of markings on runways, taxiways, and aprons at MCAS Cherry Point, NC. This amendment, designated as #0001, updates interested contractors on the requirement to acknowledge the amendment in their proposals to prevent rejection. The deadline for submitting pre-award Requests for Information (RFIs) remains May 5, 2025, and the proposal submission deadline is May 15, 2025. The amendment also addresses several pre-award RFIs, clarifying qualifications for Site Safety and Health Officers (SSHO) and staging area responsibilities, noting that the staging area location will be decided in coordination with the Construction Manager post-award. The overall objective of this document is to ensure compliance and clarity in the proposal process for the outlined project, reaffirming the importance of adhering to the submission guidelines and addressing contractor inquiries to facilitate a smoother contract award process.
    The file pertains to a Request for Proposals (RFP) related to the power washing and marking of surfaces, specifically concerning paint applications. The main objective is to solicit bids for a project that involves cleaning and preparing surfaces in public areas to ensure safety and adherence to visual standards. Key tasks include the removal of existing markings, application of new paint markings, and possibly integrating high-visibility colors to enhance public safety. Additionally, the project may require compliance with local regulatory standards and quality guidelines to ensure durability and effectiveness. The document focuses on detailing the process for vendor selection, evaluation criteria, and expectations regarding project timelines and costs. The RFP serves as a framework for government entities to procure necessary services, promoting transparency and accountability while fostering competition among contractors. Overall, the purpose of the document is to outline the requirements for maintaining public spaces through effective marking and painting, thereby enhancing safety measures in community infrastructures.
    The Request for Proposal (RFP) from MCAS Cherry Point, North Carolina, seeks contractors for the Clean & Paint Markings on Runway, Taxiway, & Aprons project (Project No. 7474649) with a budget between $500,000 and $1,000,000, requiring completion within 180 days post-award. This project is limited to pre-approved contractors listed in the RFP. A site visit is scheduled for April 24, 2025, with proposals due by May 15, 2025. Awarding will be based on the lowest price submitted, with a proposal acceptance period of 90 days from submission. Additionally, contractors must adhere to wage determinations under the Davis-Bacon Act, including specific minimum wage rates prescribed by Executive Orders 14026 and 13658, along with various compliance clauses. Required bonding includes bid, performance, and payment bonds based on proposal amounts. Contractors are advised that only electronic proposals sent to specified email addresses or hand-delivered to the designated office will be accepted. The RFP underscores compliance with federal contracting standards and the importance of maintaining fair labor practices, particularly regarding forced labor and sustainable practices. This RFP reflects the government's initiative to maintain infrastructure safety and operational standards.
    Similar Opportunities
    Repair Fuel System B4505
    Dept Of Defense
    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 fencing, with a focus on replacing tank and pipe coatings, and repairing existing fence posts. This procurement is critical for maintaining operational integrity and safety of the fueling system, with an estimated contract value between $500,000 and $1,000,000, and a completion timeline of 180 calendar days. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested parties should contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or (252) 466-2622 for further information.
    Provide Prohibited/Restricted Signs at Range and Training Areas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of prohibited and restricted signs at various bombing ranges and training areas at Marine Corps Air Station Cherry Point, North Carolina. The project aims to enhance safety by clearly delineating restricted areas, specifically by placing "Unexploded Ordnance - Do Not Enter" signs at Raccoon Island, Maw Point, and Pamlico Point, with strict adherence to safety protocols and the requirement for UXO technicians. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by January 14, 2026, and a mandatory site visit scheduled for December 22, 2025. Interested contractors should contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    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.
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    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 the Davis-Bacon Act. Proposals are due by January 5, 2026, following a mandatory site visit on December 16, 2025, and interested contractors can reach out to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further inquiries.
    Multiple Services Contract
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses to provide multiple facility support services at Marine Corps Air Station Cherry Point, North Carolina. This sources sought notice aims to identify potential offerors capable of performing a range of maintenance and repair services, including HVAC systems, fire protection systems, and sewage plant operations, among others, under a firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract structure. Interested small businesses, particularly those classified as 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, or Economically Disadvantaged Women Owned, are encouraged to submit a capabilities package by December 16, 2025, at 2:00 PM Eastern Time, to Joanna Miller at joanna.d.miller2.civ@us.navy.mil, with a maximum attachment size of 10Mb.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    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.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    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.