BUILDING 708, RENOVATATION FOR NAVIFOR LVC TRAINING SPACES
ID: N4008525R0036Type: 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, is soliciting proposals for the renovation of Building 708 at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia, specifically for NAVIFOR LVC training spaces. This project involves a firm-fixed price task order with an estimated value between $5,000,000 and $10,000,000, and it requires adherence to specific construction standards, including the use of insulated metal wall panels and RF shielded areas as per designated specifications. The proposal submission deadline is set for August 20, 2025, at 14:00 EST, and interested contractors must acknowledge receipt of all amendments to the solicitation, with further details available by contacting Oteria Bullock at oteria.bullock2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, N4008525R0036, issued by NAVFAC MID-ATLANTIC, details a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) for general construction in the Hampton Roads, Virginia area. The specific project involves the renovation of Building 708 for NAVIFOR LVC Training Spaces at Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, VA. The contract is a firm-fixed price task order with an estimated price range of $5,000,000 to $10,000,000 and a 720-calendar day completion period. Key requirements include adherence to MACC terms, submission of proposals via PIEE, a mandatory bid guarantee, and specific insurance requirements. The award basis is the lowest evaluated price, with a proposal due date of August 20, 2025. The document also outlines critical Federal Acquisition Regulations (FAR) clauses, including those related to supply chain security and prohibited unmanned aircraft systems.
    The Naval Facilities Engineering Command issued a Request for Proposal (RFP) for the renovation of Training Spaces in Building 708 at Joint Expeditionary Base Little Creek – Fort Story, Virginia. The contract, N4008525R0036, falls under an Indefinite Delivery/Indefinite Quantity (ID/IQ) framework and is intended for multiple award construction contracts in the Hampton Roads area. Contractors must submit proposals by August 20, 2025, and complete the work within 720 calendar days post-award, with an estimated contract value between $5 million and $10 million. The RFP outlines essential requirements such as providing supervision, labor, materials, and equipment for interior renovations. The award will be based on fair opportunity procedures with the lowest price as the basis for evaluation. Additional stipulations include insurance requirements, bonding, and adherence to various government regulations related to materials and labor standards. In preparation for bidding, contractors are encouraged to attend a scheduled site visit (details forthcoming) to familiarize themselves with project specifics. The document emphasizes the necessity for accurate and complete proposals, as incomplete submissions will not be considered. This RFP reflects a strategic government investment in military facility upgrades, ensuring compliance with safety standards while offering opportunities for local contractors.
    This document presents an amendment to a solicitation for renovation work at Building 708, JEB Little Creek - Fort Story, Virginia Beach, designated as Project N4008525R0036. The amendment acknowledges the need for offers to include acknowledgment of receipt, specifying deadlines for submission. It provides critical site visit information, scheduling an organized visit on July 22, 2025, at 10:00 hours, with details on where attendees should meet and park. Additionally, contractors requiring a day pass must submit specific documentation by July 16, 2025. The amendment ensures that all terms from the original solicitation remain intact, while offering clarity and guidelines essential for participants in the bidding process. The proposal due date remains unchanged, underscoring the importance of timely communications and compliance for contractors interested in contributing to this federal project.
    Amendment 0002 for Solicitation N4008525R0036 addresses the renovation of Building 708 for NAVIFOR LVC Training Spaces in Virginia Beach, Virginia. The purpose of this amendment is to provide a Site Visit Log, responses to Pre-Proposal Inquiries (01-05), and a complete Drawing Package. The proposal due date of August 20, 2025, at 1400 hours remains unchanged. Key responses clarify that all provided documents should not be published on public websites and are for restrictive access only. Photos are permitted during the site visit at Little Creek Gate 3 (B3710).
    Amendment 0003 to Solicitation N4008525R0036 for the "BUILDING 708, RENOVATION FOR NAVIFOR LVC TRAINING SPACES, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA" project, issued on 08/11/2025, provides a revised Price Proposal Form (Revision 1). Offerors must acknowledge receipt of this amendment by completing items 8 and 15 on the form, acknowledging receipt on each offer copy, or submitting a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the offer due date of Wednesday, 20 August 2025, at 14:00 hours, may result in rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 to Solicitation N4008525R0036 for the 'BUILDING 708, RENOVATION FOR NAVIFOR LVC TRAINING SPACES, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA' project introduces revised documents and clarifies submission requirements. The amendment provides Price Proposal Form Revision 2, PPI Response Figures, and PPI Responses (06-114) as attachments P, Q, and R, respectively. The proposal due date of August 20, 2025, at 1400 hours remains unchanged. Offerors must acknowledge receipt of this amendment by completing specific items, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge or timely submit changes may result in offer rejection. The document also outlines procedures for contract modifications and administrative changes.
    Amendment 0005 to Solicitation N4008525R0036 extends the proposal due date for the "BUILDING 708, RENOVATION FOR NAVIFOR LVC TRAINING SPACES, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA" project. Offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter/electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date (Wednesday, August 27, 2025, at 1400 EST) may result in offer rejection. Changes to previously submitted offers must also reference the solicitation and amendment and be received by the new deadline. This amendment modifies the original solicitation, with all other terms and conditions remaining unchanged.
    Amendment 0006 to Solicitation N4008525R0036 for the renovation of Building 708 at JEB Little Creek - Fort Story, Virginia Beach, Virginia, addresses several key points. It clarifies that a third-party design professional is not required for the FF&E package, but an Audio Visual (AV) package will necessitate a Best Value Determination (BVD). The amendment also provides guidance on the use of insulated metal wall panels, recommending bidding as specified despite concerns about warranties near saltwater. It confirms the removal of the alternative "Submittal Reviewer" position, allowing the Quality Control (QC) manager to perform these duties. Finally, it specifies that the contractor is responsible for ensuring RF shielded areas meet the full ranges designated in ICD 705, IEEE 299, or ASTM D4935 as outlined in the specifications.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting bids for the replacement of HVAC systems at Shields Hall, located at JEB Little Creek-Fort Story in Virginia Beach, VA. The project requires contractors to provide all necessary supervision, labor, materials, and equipment to replace existing HVAC equipment, conduct HVAC testing and balancing, and perform electrical modifications along with related incidental work. This procurement is critical for maintaining operational efficiency and comfort within the facility. Only contractors part of the MACC ML-C00083 are eligible to bid, and interested parties should contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023 for further details, or Katherine Dinneen at katherine.l.dinneen.civ@us.navy.mil or 757-462-5347 for additional inquiries.
    PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is preparing to solicit proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity Norfolk, Virginia. This project aims to construct a permanent modular facility that will provide essential administration and operational spaces for NATO JFCNF, including site preparations, utility tie-ins, and various construction services. The contract, valued between $100 million and $250 million, is expected to be awarded by April 2026, with a completion timeline of 730 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    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.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Navy Recruiting Center, Virginia Beach, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,400 usable square feet of commercial retail space in Virginia Beach, VA, to serve as a Navy Recruiting Center. The space must meet specific requirements, including a secondary egress, adequate parking for five government vehicles, and compliance with various safety and accessibility standards. This procurement is crucial for supporting military recruitment efforts and ensuring operational efficiency. Proposals are due by 2:00 PM on December 22, 2025, and interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a base item for the first floor and two option items for additional facilities on the second floor. The contract has an approximate price limitation of $18 million and is critical for enhancing training capabilities at the facility. Proposals are due by December 10, 2025, with a performance period of 730 calendar days, and interested parties should direct inquiries to Lauren Bossingham at lauren.d.bossingham2@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil.
    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
    Buyer not available
    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.