P-222: DBB MQ-25 AIRCRAFT LAYDOWN FACILITIES, NSN, VA
Type: Special Notice
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the construction of the P-222 MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Virginia. The procurement involves a firm fixed price construction contract that requires adherence to specific brand name or equal descriptions for approximately 55 items across various design disciplines, ensuring compliance with established quality and performance standards. This project is critical for enhancing the operational capabilities of the MQ-25 aircraft, necessitating high-performance materials such as acoustical tiles, chemical splash curtains, and durable flooring options from recognized manufacturers. Interested parties should direct inquiries to Catharine Keeling at catharine.a.keeling@navy.mil by 2:00 PM Eastern Time on April 22, 2025, as this notice serves as a preliminary announcement and is not a request for proposals.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 2:04 PM UTC
The document outlines specifications for various construction materials and products, mainly focusing on acoustical tiles, chemical splash curtains, carpet tiles, ceramic tiles, and multiple protective and decorative finishes. It includes detailed descriptions categorized by product code, manufacturer, and specific characteristics, such as color and grid specifications, intended use, and compliance standards. The list contains offerings from well-known manufacturers like Armstrong, Crossville, and Sherwin Williams, among others. Key categories described include ceiling tiles with different NRC ratings for sound absorption, safety curtains designed to resist chemical exposure, a range of ceramic tiles for both flooring and wall applications, and various types of paint for different surfaces. Additionally, the document specifies requirements related to flooring resilience, visual display units, and toilet partitions, signifying the need for durable and high-performance materials in government buildings. This compilation is likely part of a broader solicitation or Request for Proposals (RFP) to ensure compliance with federal and local standards for building projects, indicating a systematic approach to material selection for public infrastructure development.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
P-222: DBB MQ-25 AIRCRAFT LAYDOWN FACILITIES, NSN, VA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command, is seeking qualified small business firms for the design-bid-build project P-222: MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Virginia. The project aims to construct essential hangar space and support facilities to enhance the operational capabilities of the MQ-25 program, which is critical for aerial refueling and reconnaissance for the Joint Forces Commander. The anticipated construction magnitude is between $100 million and $250 million, with a contract award expected in November 2025. Interested firms must submit their qualifications, including bonding capacity and relevant project experience, by April 11, 2025, to Catharine Keeling at catharine.a.keeling@navy.mil.
SOURCES SOUGHT FOR DESIGN-BUILD, RM24-3467 RENOVATE SP17 FOR FLEET LEGAL SERVICES, NAVAL STATION NORFOLK, NORFOLK VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified firms to provide design-build construction services for the RM24-3467 project, which involves renovating Building SP-17 at Naval Station Norfolk, Virginia, to establish a Fleet Legal Services Complex. This project includes partial demolition, renovation, and new permanent modular construction, aimed at supporting the legal needs of the U.S. Navy Second Fleet and is estimated to cost between $100 million and $250 million. Interested contractors, both large and small, must submit their qualifications, including bonding capacity and relevant construction experience, by April 16, 2025, with the anticipated contract award date set for October 2025. For further inquiries, interested parties can contact Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.
Q-1075 SOF OPERATIONS BUILDING ADDITION AND RENOVATION, NAVAL AIR STATION OCEANA, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking qualified small business firms for the construction of the Q-1075 Special Operations Forces (SOF) Operations Building Addition and Renovation at Naval Air Station Oceana in Virginia Beach, Virginia. This project involves a two-story addition and renovations to the existing Building 368, which will expand high-bay space, enhance operational areas, and incorporate necessary cybersecurity measures and Anti-Terrorism/Force Protection features. The estimated construction cost ranges from $25 million to $100 million, with the contract award anticipated in September 2025. Interested firms must submit their qualifications, including bonding capacity and relevant project experience, by April 18, 2025, to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil.
P-993/995, F-35 AIRCRAFT SUSTAINMENT CENTER AND COMPOSITE REPAIR FACILITY, MARINE CORPS AIR STATION (MCAS) CHERRY POINT, NORTH CAROLINA.
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the F-35 Aircraft Sustainment Center and Composite Repair Facility at Marine Corps Air Station Cherry Point, North Carolina. This project involves the development of a 255,461 square foot hangar to support 20 F-35 aircraft, including maintenance bays, administrative spaces, and specialized repair facilities for advanced composites and rotor blades, with a focus on sustainability and the use of eco-friendly materials. The anticipated award for preconstruction services is scheduled for May 2025, with construction contracts targeted for February 2026. Interested contractors must submit their proposals by April 15, 2025, and can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further information.
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 P909 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 includes the demolition of existing structures and the establishment of various operational spaces to support Navy personnel. The facility is critical for enhancing military operational capabilities and must adhere to stringent federal construction standards, including compliance with safety, security, and environmental regulations. Interested contractors must submit their proposals electronically by the extended deadline of April 15, 2025, with a total project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing safety measures, with a focus on sustainable practices as outlined in the recently amended solicitation. This modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, and are encouraged to demonstrate small business participation of at least 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
INSTALL CANOPY FOR F-14 PAD & F-31 PAD AIRFIELD, NAS OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the installation of steel canopies over existing concrete pads F-14 and F-31 at Naval Air Station Oceana in Virginia Beach, Virginia. The project involves not only the installation of the canopies but also the repair or replacement of any existing work that may be altered during construction, ensuring that the final condition meets or exceeds the original state. This initiative is part of broader efforts to enhance airfield infrastructure and operations, with an estimated budget ranging from $500,000 to $1,000,000 and a completion timeline of 270 calendar days. Interested contractors, specifically those in the MACC Group ID: ML-C00075, must submit their proposals by May 2, 2025, and can direct inquiries to Abigail Reed at abigail.m.reed13.civ@us.navy.mil or by phone at 757-433-1029.
LP-40 Install In-Line Receipt Filtration, Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. This project involves the demolition of an existing aboveground fuel filtration system and the installation of a new filtration system, including necessary electrical work and structural modifications, all to be completed within 270 calendar days post-award. The procurement is significant for enhancing fuel service operations at the naval facility, ensuring compliance with safety and operational standards. Proposals are due by May 14, 2025, with a site visit scheduled for April 8, 2025; interested contractors should contact Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil for further details.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring and ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-1667 for further details.
P325 HUMAN PERFORMANCE TRAINING CENTER
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the construction of the P-325 Human Performance Training Center at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. This Design-Build project involves constructing a two-story, 40,000 gross square feet training facility for Naval Special Warfare, including the demolition of three existing buildings, with an emphasis on high-performance standards and sustainable building practices. The contract value is estimated between $25 million and $100 million, with a completion timeframe of 859 calendar days post-award, and proposals are due by April 22, 2025. Interested contractors should contact Angela Clifton at angela.j.clifton2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further details and to ensure compliance with submission requirements.