DESIGN/BUILD CONSTRUCTION FOR CHILD DEVELOPMENT CENTER,USCG BASE ELIZABETH CITY, NORTH CAROLINA
ID: 70Z04726RPCNI0004Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDFDCC(00047)NORFOLK, VA, 23513, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER EDUCATIONAL BUILDINGS (Y1CZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a Design/Build Construction project to establish a Child Development Center (CDC) at USCG Base Elizabeth City, North Carolina. This project involves designing, constructing, and outfitting a facility that will serve children aged 6 weeks to 5 years, as well as school-age children, with a total development area of approximately 46,487 square feet, including classrooms and outdoor play areas. The contract has an estimated value of up to $30 million, with a performance period of 893 calendar days post-award, and proposals are due by January 19, 2026, at 2:00 PM (EST). Interested contractors should contact Yolanda Davis at Yolanda.L.Davis@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil for further details.

    Files
    Title
    Posted
    The USCG Facilities Design and Construction Center is initiating a Site Investigation for a future Child Development Center (CDC) at USCG Base Elizabeth City, North Carolina, under Solicitation No. 70Z08825R0000212 and Contract No. 70Z05018DTRANSY01. The project involves site investigations, demolition of existing structures and utilities (including potential asbestos in the steam system and hazardous waste tanks), and extensive civil, architectural, landscape, and electrical planning for the new CDC. Key components include new asphalt and concrete pavements, updated utility systems (storm drainage, water, sanitary sewer), and fire protection. The plan details options for different building footprints and associated parking, with considerations for stormwater management, grading, and drainage. The project emphasizes compliance with North Carolina permitting requirements and includes various architectural layouts for infant/toddler and preschool areas, staff facilities, and playgrounds. The Design Builder is responsible for finalizing playground designs and selecting equipment.
    This document is a Request for Proposal (RFP) from the U.S. Coast Guard Facilities Design & Construction Center for a Design/Build Construction project for a Child Development Center at USCG Base Elizabeth City, North Carolina. The solicitation is exclusively for offerors on the current DHS/USCG National Multiple Award Construction Contract (NMACC III- Pool One). Key details include the requirement for performance and payment bonds, a mandatory performance period of 90 calendar days, and a 15-day period for government acceptance of offers. The RFP outlines requirements for sealed offers, specifies the content and marking of offer envelopes, and references attached documents for drawings, specifications, general requirements, FAR clauses, wage determination, and a price proposal form.
    The U.S. Coast Guard (USCG) Facilities Design and Construction Center is issuing Task Order Announcement #70Z04726RPCNI0004 for a Design/Build Construction project to create a Child Development Center (CDC) at USCG Base Elizabeth City, North Carolina. This announcement is exclusively for offerors under the National Multiple Award Construction Contract III, Pool One. The project, with an approximate contract price limitation of $30 million, includes designing, constructing, and outfitting a Small CDC with School Age Classrooms (Base Item 0001) and an option to expand it to a Medium CDC (Option Item 0001). The total performance period for all items is 893 calendar days after award, with liquidated damages of $1,125.00 per day for delays. Proposals are due by January 19, 2026, at 2:00 PM (EST), Norfolk, Virginia, and must include pricing for both base and option items. Contractors must adhere to various FAR clauses, including those related to payment, SAM registration, security prohibitions, apprentices/trainees, biobased products, sustainable products, and changes to the contract.
    The U.S. Coast Guard Facilities Design & Construction Center (FDCC) Seattle Detachment is seeking proposals for the design and construction of a new Child Development Center (CDC) at Base Elizabeth City, NC. This project, titled "Child Development Center (CDC)" with SFRL: 5758284 (NC), includes the construction of a 22,967 square foot facility with School Age Classrooms (SAC), 11,040 square feet of outdoor play areas, and 39 parking spaces, for a total development area of 46,487 square feet. The facility will serve 126 children (ages 6 weeks to 5 years) and school-age children (kindergarten through 6th grade) for various care needs. The RFP outlines detailed specifications for design-build criteria, including civil, geotechnical, landscape, architectural, structural, demolition, fire protection, plumbing, HVAC, electrical, security, CCTV, CATV, telecommunication, and outfitting. It also includes administrative requirements, work restrictions, price and payment procedures, and project scheduling, emphasizing compliance with government regulations, coordination with base operations, and adherence to various design and construction standards.
    The General Decision Number NC20250019, effective February 21, 2025, outlines prevailing wage rates for heavy dredging construction across North Carolina. This document is crucial for federal contracts subject to the Davis-Bacon Act, detailing minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). It specifies wage and fringe benefit rates for various dredging classifications, including operators, engineers, and deckhands, categorizing them by dredge size and role. The file also addresses paid sick leave for federal contractors under Executive Order 13706, unlisted classification procedures, and a detailed appeals process for wage determinations. This comprehensive guide ensures fair compensation and adherence to labor standards in government-funded construction projects.
    This government file, General Decision Number NC20250056, issued on January 3, 2025, outlines prevailing wage rates for building construction projects in Pasquotank County, North Carolina. It specifies that contracts subject to the Davis-Bacon Act must adhere to minimum wage rates dictated by Executive Order 14026 ($17.75/hour for contracts entered into or extended on or after January 30, 2022) or Executive Order 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not extended). The document lists various construction classifications with their respective hourly rates and fringe benefits, such as Plumbers at $31.66 with $12.69 in fringes and Electricians at $17.10 with $1.47 in fringes. It also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. The file details the process for appealing wage determinations, including initial decisions, review by the Wage and Hour Administrator, and appeals to the Administrative Review Board. It also explains different wage rate identifiers like Union, Union Average, Survey, and State Adopted rates.
    The provided document, titled "PRE-PROPOSAL INQUIRY SUBMITTAL FORM," is a standardized template for submitting questions or inquiries related to a government procurement process, such as an RFP, federal grant, or state/local RFP. Its purpose is to facilitate communication between potential bidders/grantees and the issuing government entity. The form requires the submitter to reference specific pages, sections, and paragraphs of the solicitation document for each question. It also includes fields for the date of submission and the name of the submitting entity. This structure ensures that inquiries are clear, organized, and directly tied to the relevant parts of the official document, streamlining the clarification process before proposals are due.
    Similar Opportunities
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes one Base Item and two Option Items related to faculty administration and training spaces. The opportunity is set aside for small businesses under the SBA guidelines, with a total contract value estimated at approximately $18 million and a performance period of 730 calendar days post-award. Interested parties must submit proposals by December 10, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil for further details.
    Full Food Service Coast Guard Base Elizabeth City, North Carolina
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from qualified contractors to provide full food service at the Coast Guard Base in Elizabeth City, North Carolina. The contractor will be responsible for comprehensive dining facility management, including food preparation, serving, cleaning, and quality control, while ensuring adherence to food quality standards and sanitation regulations. This service is crucial for supporting daily meals for military personnel, special events, and emergency provisions. Interested parties must submit their pricing Rough Order of Magnitude using the provided price form by the indicated deadline to Contract Specialist Mr. Kevin P. Sullivan at Kevin.P.Sullivan@uscg.mil. The contract is expected to cover a five-year period from April 1, 2026, to March 31, 2031.
    Base Elizabeth City CG Day Tent Rental
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@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
    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.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    Scaffolding/Containment Services for 154 Foot Fast Response Cutter
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for a 154-foot Fast Response Cutter at the USCG Yard in Curtis Bay, Maryland. The contractor will be responsible for designing and constructing a fireproof shrink-wrap containment system that can withstand severe weather conditions while allowing full access to the vessel for maintenance and repairs. This procurement is critical for ensuring safety and compliance with OSHA standards during the vessel's maintenance operations. Interested vendors must submit their quotes by January 1, 2026, to Kenneth Palmer at kenneth.t.palmer@uscg.mil, and the project is set to commence on April 12, 2026, with scaffolding completion required within nine days. The contract will be awarded based on best value criteria, including technical requirements and pricing.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while maintaining power to the facility, with a completion deadline set for December 31, 2026. This procurement is a Total Small Business Set-Aside, with an estimated value between $1,000,000 and $5,000,000, and includes requirements for performance and payment bonds. Interested parties must submit bids by January 6, 2026, and can contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.