N40080-23-R-0022 ACQR: 6070919 - P2203, Quarters 6 Whole House Revitalization, Marine Barracks, Washington, D.C.
ID: FY-25-6070919Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER RESIDENTIAL BUILDINGS (Y1FZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the revitalization of Quarters 6 at the Marine Barracks in Washington, D.C., under solicitation number N40080-23-R-0022. This $750 million project aims to modernize and restore the historic building, which serves as the residence of the Commandant of the U.S. Marine Corps, while ensuring compliance with safety and regulatory standards. Contractors must adhere to strict guidelines for submission, including detailed proposals addressing experience and project-specific strategies, with a completion timeline of 490 days post-award. Interested parties should submit their proposals by February 27, 2025, and can direct inquiries to Lindsay M. Brown at lindsay.m.brown14.civ@us.navy.mil or Elle Al-Ajmi at elleana.a.al-ajmi.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a corrupted or garbled text file, making it challenging to extract coherent information. However, from the discernible fragments, it suggests themes related to government-related funding opportunities, potentially encompassing federal grants and state/local requests for proposals (RFPs). Key ideas extracted include various mentions of structured processes commonly associated with RFPs, such as project purpose, compliance expectations, and project scope. There might be discussions of statutory requirements and eligibility criteria concerning applicants, which are standard in such proposals. Nevertheless, given the document’s corrupted state, it lacks clearly defined sections or a cohesive structure that would typically outline the specific objectives and guidelines for submitting proposals or securing grants. Thus, the essence revolves around the context of governmental funding mechanisms, even if the detailed specifics are not clearly communicated due to the file’s integrity issues. This summary captures the thematic focus on governmental funding opportunities while acknowledging significant technical difficulties in fully interpreting the content.
    The HAZMAT Report prepared by Tidewater, Inc. details a Hazardous Materials Survey conducted for the Government Officer Quarters 6 at the Marine Barracks Washington, D.C. This assessment aimed to identify and characterize hazardous materials, particularly asbestos-containing materials (ACM) and lead-based paint (LBP), to facilitate upcoming renovations. The survey adhered to various regulations, including EPA and OSHA standards. The findings indicated that while no new ACMs were identified from the 50 samples tested, historical data suggests the presence of asbestos in certain insulation and flooring materials. Additionally, lead-based paint was detected on multiple painted surfaces throughout the building, necessitating careful handling during renovations. The report also addressed potentially regulated materials, such as mercury from light fixtures and recommended that any asbestos or lead materials be properly abated by certified contractors prior to renovation activities. Overall, the report serves as a critical reference for ensuring that safety protocols are followed, minimizing risks to workers and the environment during the renovation of the Government Officer Quarters 6.
    The document outlines the specifications and standards for plumbing systems as part of a government construction project, referencing extensive industry standards from organizations such as ANSI, ASME, and ASTM. It delineates the requirements for materials, installation practices, and performance criteria, ensuring compliance with safety and regulatory measures. Key details include submittal procedures for product data, testing reports, and certifications, as well as standards for plumbing materials, pipe installation, valves, and water heaters. It emphasizes the importance of using standard products with a proven track record, supporting service organizations, and providing clear documentation. The contractor is required to ensure that materials do not exceed acceptable lead levels in potable water systems and to provide safe access for maintenance. The document serves as a guideline for contractors to create systems that adhere to federal standards, ensuring safe and reliable plumbing installations within the project's scope.
    The document outlines the pricing schedule for the renovation project at Quarters 6, Marine Barracks, Washington, under Solicitation No. N40080-23-R-0022. It requires bidders to provide detailed pricing for various line items related to the renovation work, which includes a base price and optional tasks such as basement brick preservation, foundation drain installation, roofing, and plumbing work. Each line item specifies the associated work scope, which adheres strictly to provided drawings and specifications. Bidders must submit firm, fixed prices, with the total evaluated price based on all line items. The government emphasizes the need for all proposed prices to be inclusive of all labor and materials, with no price adjustments allowed post-submission. The entire project should be completed within a stipulated 490 calendar days after contract award. Additionally, the document clarifies that any proposal missing prices for any item may lead to rejection, and the government retains the right to award certain line items within a 90-day period post-award. This document is a critical component of standard government contracting processes, aiming to facilitate clear and competitive bidding for public projects.
    The file outlines the specifications for the MBW Quarters 6 Renovation project at the Marine Barracks Washington in D.C., under Work Order No. 1700167. Prepared by MTFA Architecture, it details responsibilities across various disciplines, including architecture, civil engineering, mechanical, electrical, plumbing, and fire protection, with relevant approval dates. The project involves significant renovations focusing on comprehensive updates to mechanical, fire protection, electrical, and plumbing systems, and extensive exterior and interior repairs. Multiple Contract Line Items (CLINs) identify specific renovation options: from structuring basement wall repairs to extensive kitchen renovations, with detailed descriptions and pricing stipulations for each item. The guidelines stipulate the need for government approvals for specific submittals and emphasize the importance of maintaining operational efficiency during ongoing occupancy. Additional work restrictions include limited construction days due to scheduled activities at the base, thus necessitating careful planning and adherence to contracted timelines. This renovation reflects a commitment to modernizing military facilities while ensuring compliance with operational and safety standards.
    The document outlines the scope and requirements for the FY 22 MBW Quarters 6 Renovation project, emphasizing compliance with various federal, state, and local regulations, including accessibility standards and construction codes. The project involves significant renovations to restore and improve the historic fabric and functionality of the building, including replacing mechanical, fire protection, and electrical systems. The scope includes a base bid along with several bid options that cover masonry repairs, roofing, plumbing systems, telecommunications, and internal finishes. Each bid option specifies critical tasks like structural repairs, drainage enhancements, and renovation of the building's exterior and systems, ensuring comprehensive upgrades while preserving the historical integrity. Coordinated efforts among contractors, adherence to specifications, and obtaining necessary permits are essential throughout the renovation process. This initiative underscores the government's commitment to maintaining its historic properties while modernizing facilities to meet contemporary needs.
    The document outlines renovation plans for Quarter 6 at the Marine Barracks in Washington, D.C., by the Naval Facilities Engineering Systems Command. Specifically, it includes detailed demolition and construction blueprints for basement, first, second, and third floors, as well as plans for mechanical and electrical systems. Key renovations involve the replacement of structural elements, new plumbing and electrical fixtures, and ensuring compliance with safety standards throughout the project. The plans emphasize the systematic approach to dismantle existing structures while preserving historical elements when possible. Significant attention is given to the coordination of construction tasks to mitigate conflicts, which requires ongoing communication with contractors. Environmental considerations and provisions for maintaining safety during construction also feature prominently. The aim is to modernize the facilities, improve maintenance accessibility, and ensure adherence to regulations while addressing the needs of the U.S. Navy personnel residing in the quarters. This documentation is vital for ensuring a comprehensive understanding of the scope, timelines, and responsibilities associated with the renovation, reflecting the aims of government contracting for infrastructure improvement while maintaining historical integrity.
    The document pertains to various federal and state/local requests for proposals (RFPs) and grants. It outlines the government’s initiatives aimed at inviting bids from qualified organizations for projects requiring specific competencies and compliance under federal regulations. Key topics include requirements for funding applications, project eligibility, evaluation criteria for proposals, and expectations for maintainability and oversight. The structure emphasizes the procedural aspects of responding to RFPs, highlighting elements such as project goals, necessary qualifications, and submission guidelines. The document likely aims to ensure transparency, fairness, and accountability in the funding processes, while fostering collaboration between government entities and private organizations. Overall, it serves as a comprehensive guide for potential applicants, detailing what is expected in submissions, the types of projects eligible for funding, and compliance measures that must be adhered to throughout the bidding process. This ensures the effective allocation of federal and state resources to support community-focused initiatives.
    The document outlines a Pre-Proposal Inquiry (PPI) process connected to a Request for Proposal (RFP). It serves as a formal mechanism for organizations or firms to seek clarification regarding specific aspects of the RFP. Key components of the PPI form include fields for the firm’s name, point of contact, address, phone number, and email, allowing interested parties to effectively communicate their inquiries. The inquiry requires details concerning the specific section, paragraph, and page of the RFP that pertains to the question being posed. This structured approach is critical in navigating the complexities of federal and state/local RFPs, ensuring that proposers fully understand requirements before submitting their proposals. The intent of this document is to foster clear communication between the government and potential contractors, facilitating a smoother proposal process while aligning with regulations governing federal grants and contracts.
    The document outlines the Price Schedule for solicitation N40080-23-R-0022, related to the renovation of Quarters 6 at Marine Barracks, Washington. It defines key terms and includes a detailed list of Contract Line Item Numbers (CLINs) for various renovation work, including base price and optional activities like basement brick preservation, plumbing, and roofing. Each item must be submitted with a lump sum price, reflecting all costs associated with labor, materials, and management as per the specified drawings and plans. The total price will be evaluated for contract acceptance, emphasizing the need for firm fixed prices without provisions for economic adjustments. The government holds the right to reject proposals that are materially unbalanced and requires that the contractor's price remains valid for 90 days after proposal submission. The entire project has a completion timeframe of 490 days from contract award, and options can be awarded up to 90 days following that award. This document serves to solicit bids from contractors for the specified renovation activities while ensuring compliance with federal contracting procedures.
    The Construction Experience Project Data Sheet is a structured document designed for federal RFPs, seeking information from firms regarding their construction experience. The document collects details such as the firm's name, contact information, and their role in previous projects (prime contractor, subcontractor, etc.). It outlines essential project specifics, including contract numbers, award dates, project types (new installation, replacement, repair), and whether roof warranties are provided. Further sections distinguish between construction and design projects, requiring data on awarded amounts, final prices, design fees, and total construction values. It emphasizes the need for a comprehensive project description, highlighting unique features, sustainability aspects, and information about the specific work the firm performed. Overall, the purpose of the document is to facilitate the evaluation of a firm's qualifications in relation to federal or state/local RFP requirements by gathering detailed, relevant construction experience and project data, ensuring informed decision-making in the procurement process.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) is designed to collect essential performance data from contractors and clients involved in government projects. The document outlines sections for contractor and client information, project specifics, and contractor performance assessment criteria. Contractors provide details including firm name, contract specifics, and project relevance; clients then evaluate contractor performance using adjective ratings ranging from Exceptional (E) to Unsatisfactory (U) across various factors such as quality, schedule compliance, customer satisfaction, management effectiveness, cost management, safety and security, and overall compliance with contractual terms. Clients are encouraged to complete the questionnaire and submit it directly to the contractor, who will include it in their proposal to NAVFAC. The government maintains the right to verify all information submitted. Ultimately, the PPQ serves as a vital tool for assessing a contractor's past performance and reliability in federal projects, aiding in procurement decisions and ensuring the effective delivery of services and standards required by the government.
    The Naval Facilities Systems Command (NAVFAC) Washington is soliciting proposals for a $750 million Small Business Multiple Award Construction Contract for the P2203, Quarters 6 Whole House Revitalization project at Marine Barracks, Washington, DC. This project includes the construction of a multi-rise, mixed-use facility to provide housing, dining, fitness, and club facilities for enlisted personnel. estimated costs range from $10 million to $25 million, with a completion timeline of 490 days following the award. Eligible contractors are limited to specified Small Business MACC holders, each required to submit proposals addressing experience, project-specific strategies, and past performance. Proposals should be clear and detailed, conforming to strict guidelines outlined in the RFP, and submitted via email by February 13, 2025. A pre-proposal conference and site visit are encouraged for interested bidders. The evaluation will prioritize both price and non-price factors, focusing on each firm's relevant construction experience, strategy for project execution, and demonstrated past performance on similar projects. The Government reserves the right to negotiate and award contracts based on the best value determined from the proposals. This solicitation highlights the importance of adherence to government standards and practices in securing quality contract work in public construction projects.
    The document outlines an amendment to a solicitation for a $750 million construction project under the Naval Facilities Engineering Systems Command (NAVFAC), specifically referencing the revitalization of Quarters 6 at Marine Barracks in Washington, DC. The amendment, identified by contract ID N40080-23-R-0022, emphasizes that all contractor personnel must complete the SECNAV 5512 form and submit it via encrypted email to designated Navy officials by January 16, 2025, to gain access to the site for a scheduled visit on January 21, 2025. Failure to comply with the submission deadline will prevent personnel from entering the site. Additionally, the amendment reaffirms that all other terms and conditions previously stated in the contract remain unchanged. This document indicates procedural requirements and reinforces security protocols vital for contractor participation in government projects.
    This document is an amendment to the solicitation N4008023R0022 related to the $750 million Small Business Anchor Multiple Award Construction Project for the Naval Facilities Engineering Systems Command, specifically focusing on the revitalization of Quarters 6 at Marine Barracks in Washington, DC. The amendment extends the deadline for acknowledgment of receipt of this amendment to January 17, 2025, at 10:00 AM EST and specifies procedures for base access. Contractors are instructed to use Chris Baker as the base sponsor for SECNAV form completion, and to submit the forms via email to designated Navy personnel, ensuring the documents are password protected. The document contains important administrative details, including the modifications to contract terms while reaffirming that all other conditions remain unchanged. This amendment emphasizes the importance of timely submission and adherence to specified communication protocols to ensure site access for contractors involved in the project.
    The document outlines an amendment to a Request for Proposal (RFP) regarding the Quarters 6 rehabilitation project at Marine Barracks in Washington, D.C. The naval contract, identified as N4008023R0022, involves a comprehensive restoration of the historic building, which serves as the residence of the Commandant of the U.S. Marine Corps. Initially described as a construction of a multi-rise facility for various amenities, the amended description refocuses on restoring the historic structure and improving its operational functionality. Key work includes structural and architectural repairs, preservation of historic materials, and upgrades to the building's mechanical, electrical, and firefighting systems. The project emphasizes protection of historic finishes during construction, alongside necessary site improvements. This amendment signifies a shift from general construction to a directed historical preservation effort, ensuring all terms of the initial RFP remain in effect while establishing a clear, precise scope for the project's next phase.
    The document is an amendment to the solicitation N4008023R0022 for the Naval Facilities Engineering Systems Command, regarding a $750 million Small Business Anchor Multiple Award Construction Project. The amendment clarifies submission protocols for project proposals and incorporates a revised wage determination. Key inquiries from bidders include questions about the timeline for submitting Pre-Proposal Inquiries (PPI) and eligibility criteria for experience evaluation factors. The government response indicates that experience factors remain unchanged, and offers must adhere to original proposal requirements. Despite requests to modify the experience evaluation criteria to allow teams with non-MACC contractors, the criteria will not be amended. The document underscores the importance of following established guidelines for evaluation and submission, reinforcing the rigidity and specificity often associated with federal contracting processes. This amendment serves to enhance clarity and ensure compliance among contractors interested in participating in the project, reflecting the government's commitment to transparent and structured procurement practices.
    This document is an amendment (0005) to the Request for Proposals (RFP) N4008023R0022 concerning a $750 million multiple award construction project focused on the revitalization of Quarters 6 at the Marine Barracks in Washington, D.C. The amendment extends the proposal due date to February 27, 2025, at 2:00 PM local time. It addresses several inquiries from potential bidders about site visits, qualifications, project specifications, and contractor responsibilities. Key points include clarifications on the requirements for construction experience and personnel positions, particularly that roles like Quality Control Manager and Superintendent must be separately assigned. Additionally, while US citizenship is not mandatory for all workers, they must qualify for a DBIDS badge. The document emphasizes strict adherence to terms stated in the original RFP while also adopting responses to frequently asked questions relevant to project specifications. The amendment further outlines the necessity of submitting various documents, including past performance evaluations, and details on constraints regarding project experience evaluation, ensuring bidders are informed of expectations and requirements as they prepare their proposals.
    The document is an amendment to a solicitation for the $750 million Small Business Anchor Multiple Award Construction Project, specifically for the revitalization of Quarters 6 at the Marine Barracks in Washington, DC. It includes updates to inquiries from potential contractors, detailing responses to pre-proposal inquiries related to construction specs, materials, and contractor responsibilities. Key topics include the use of specific materials like Keim Soldalit Mineral Coating, various electrical and structural requirements, and essential clarification on project scope concerning hazardous materials and existing systems. The amendment also outlines wages determined under the Davis-Bacon Act and specifies applicable wage rates for various construction trades to ensure compliance with federal labor laws. Lastly, the document emphasizes the necessity of adherence to specifications, procedures, and responses to ensure a clear understanding for contractors moving forward with their proposals and work plans.
    This document is an amendment to the solicitation N4008023R0022, issued by the Naval Facilities Engineering Systems Command, concerning a $750 million small business construction project focused on the revitalization of residential quarters at Marine Barracks Washington, DC. The amendment, effective from February 20, 2025, addresses outstanding pre-proposal inquiries (PPIs) regarding the abatement of assumed asbestos-containing materials (ACM) pipe insulation and revises the price schedule to clarify required quantities for bidding. The responses indicate that the government has revised the price schedule to specify the assumed quantities necessary for contractors, ensuring accurate bids are submitted. All other terms and conditions of the original solicitation remain unchanged. This amendment's purpose is to facilitate transparency in the bidding process and ensure compliance with safety standards during the construction project.
    The document is currently inaccessible due to technical issues, as it indicates a failure to display its contents and suggests updating the PDF viewer. As a result, the key topics, ideas, and structure required for analysis and summarization cannot be identified or extracted. Therefore, without the actual contents of the RFP or grant file, it is impossible to discern its purpose, key points, or supporting details. The summary cannot be generated until the proper document is accessible for review. Efforts to resolve the display issue or provide an alternative format would be necessary to proceed with the analysis and summarization tasks.
    Similar Opportunities
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command (NAVFACSYSCOM) Washington, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and ensuring compliance with Department of Defense standards. Interested contractors, specifically those on the list of MACC holders, must submit their electronic proposals by February 25, 2025, and can direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, requiring completion within 730 days post-award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and the Davis-Bacon Act, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Renovate Break Room and Entrance, B159 DLA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the renovation of the break room and entrance at Building 159, Marine Corps Air Station Cherry Point, North Carolina. The project aims to modernize and enhance the facility, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 300 days post-award. This renovation reflects the government's commitment to maintaining operational facilities while adhering to safety and technical standards. Interested contractors must submit their proposals by February 25, 2025, and are encouraged to contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further information.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is seeking qualified contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to support large-scale construction projects, with a maximum contract value of $8 billion, encompassing a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and build of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further details and to ensure compliance with submission requirements.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV project at Camp Lejeune, North Carolina. The project involves upgrading lock systems in 36 Bachelor Enlisted Quarters buildings, including the installation of new swipe locks and a comprehensive keying system with various master key levels, while ensuring compliance with ANSI/BHMA standards and incorporating RFID technology. This initiative is crucial for enhancing security and operational efficiency within military accommodations, with an estimated budget between $5 million and $10 million. Interested contractors must submit their proposals by March 13, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
    Repair Brick Facade Cracks, Building 4298
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the repair of brick façade cracks at Building 4298, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves installing expansion joints and matching repairs to existing masonry, with an estimated contract value of less than $25,000 and a completion timeline of 75 days post-award. This maintenance work is crucial for ensuring the structural integrity of the facility while minimizing disruption to ongoing operations, particularly fueling activities. Proposals are due by 12:00 PM EST on March 4, 2025, and interested contractors should direct inquiries to Josef Vallone or Ericka J. Bishop via the provided contact information.
    Y--P707 Embassy Security Guard BEQ and OPS Facility at Marine Corps Base Quantico, VA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Design-Build construction firm to construct a multi-story brick-faced, standing seam metal roof, cast stone detailed Georgian-style Bachelor Enlisted Quarters (BEQ)/company administrative facility approximately 75,000 SF at Marine Corps Base, Quantico, Virginia.
    General Services Administration seeks a residential construction contractor for renovation of residential building for Armed Forces Retirement Home in Washington, DC.
    Buyer not available
    The General Services Administration (GSA) is seeking a qualified residential construction contractor for the renovation of the Sheridan Building at the Armed Forces Retirement Home in Washington, DC. The project aims to modernize the 387,350 square foot facility into a residential space with 491 units for veterans, adhering to historical preservation regulations and sustainability guidelines. This renovation is critical for enhancing living conditions for veterans while ensuring compliance with federal standards, including the National Historic Preservation Act. Proposals are due by February 21, 2025, with an estimated contract value between $100 million and $150 million. Interested contractors can contact Harvelle Fuller at harvelle.fuller@gsa.gov or Elwora "Liza" Ahmed at elwora.ahmed@gsa.gov for further information.
    FY24 MCON P-614 JOINT CONSOLIDATED COMMUNICATIONS CENTER, US JOINT REGION MARIANAS, ANDERSEN, GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC), is soliciting proposals for the construction of the Joint Consolidated Communications Center at Andersen Air Force Base in Guam, under the FY24 Military Construction budget. The project, estimated to cost between $100 million and $250 million, requires comprehensive documentation from bidders, including financial statements and evidence of performance capabilities, to ensure compliance with federal regulations. This initiative is crucial for enhancing military communications infrastructure and operational efficiency. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to primary contact Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil or by phone at 808-474-4550.
    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 the Design-Build NSWCPD Package 2, which includes critical repairs and upgrades at the Philadelphia Naval Yard Annex. The project encompasses emergency exit and egress 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 vital for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 10, 2025, with a site visit scheduled for February 20, 2025, and the contract completion expected within 400 calendar days post-award. Interested contractors can reach out to Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.