RECAPITALIZE RUNWAY 1-19 at U.S. COAST GUARD BASE ELIZABETH CITY, NC.
ID: 70Z04725RPCNI0001Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS (Z2BD)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to recapitalize Runway 1-19 at the U.S. Coast Guard Base in Elizabeth City, North Carolina. The project involves design-build demolition and construction aimed at restoring the runway for operational use, including paving, installing new LED lighting systems, and ensuring compliance with FAA regulations and safety standards. This initiative is critical for maintaining operational efficiency and safety at the military installation, with a project budget estimated between $45 million and $55 million. Interested contractors must submit their proposals by March 14, 2025, and can direct inquiries to Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or Sharan Lind at sharan.a.lind@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document details Amendment 0002 to the solicitation for the "Recapitalize Runway 1-19 at U.S. Coast Guard Base Elizabeth City, NC." The key updates include extensions for both the Request for Information (RFI) and proposal submission deadlines. RFIs are now due by January 6, 2025, and proposals must be submitted by February 28, 2025, with a note that late submissions may be evaluated at the discretion of the Contracting Officer. Additionally, a "Site Visit Log" is provided as an attachment to the amendment. It is emphasized that offers must acknowledge receipt of this amendment to be considered valid; failure to do so may lead to rejection. The document serves to communicate essential changes in the solicitation timeline, ensuring that potential contractors remain informed and compliant with submission guidelines while maintaining the integrity of the competitive bidding process. Overall, this amendment is vital for facilitating contractor participation and adherence to updated deadlines.
    This document serves as Amendment Number 0006 to Solicitation No. 70Z04725RPCNI0001 for the project titled "Recapitalize Runway 1-19" at the U.S. Coast Guard Base in Elizabeth City, NC. It outlines the necessary procedures for acknowledging receipt of this amendment. Bidders must acknowledge receipt prior to the specified deadline, either by completing designated items or via electronic communication referencing the amendment. A significant change in this amendment is the deletion of the requirement for a signed Project Labor Agreement in compliance with FAR provisions for the project, which had previously categorized the work as a "Large-scale Construction Project." Failure to acknowledge the amendment could lead to rejection of bids, emphasizing the importance of compliance with the revised submission instructions. Overall, this amendment modifies existing solicitation terms while stressing the authority and procedures for submitting offers and associated documentation to ensure eligibility for the contract.
    The document details an amendment (0007) to the solicitation for the project titled "Recapitalize Runway 1-19" at the U.S. Coast Guard Base in Elizabeth City, NC. It outlines the requirements for acknowledging the receipt of the amendment, emphasizing that failure to do so may lead to the rejection of offers. Key changes in the amendment include the replacement of FAR 52.204-8 with an updated version and additional clauses stating that certain representations required by the System for Award Management (SAM) need not be considered during award decisions. Contractors are informed that they do not have to update their entity registration to remove specific representations in SAM. The amendment specifies that all other terms and conditions remain in effect, reinforcing the importance of adherence to these updates. This document serves a critical role in the context of government RFPs by ensuring that potential contractors are aware of changes that affect their bids and compliance requirements, ultimately aiming to streamline the contracting process while maintaining regulatory standards.
    The document outlines the amendments to the solicitation for the recapitalization of Runway 1-19 at the U.S. Coast Guard Base in Elizabeth City, NC. Key changes include updates to various Federal Acquisition Regulation (FAR) clauses, specifically regarding annual representations and certifications, which now reflect a new version dating from January 2025, along with deviation allowances. The document highlights the removal of certain requirements from the System for Award Management (SAM) and emphasizes that contractors are not obligated to update registrations based on removed clauses. New provisions regarding sustainable products and services are introduced, including compliance requirements for contractors regarding biobased products, waste reduction, and sustainable purchasing practices. Further specifications include labor standards applicable to construction contracts, with detailed stipulations on wage rates, compliance with various labor laws, and responsibilities for contractors and subcontractors. The overarching purpose of these changes is to ensure that the solicitation aligns with updated federal policies and regulations, emphasizing sustainability, compliance with labor standards, and effective government contracting processes while maintaining a smooth transition to the revised guidelines.
    This document pertains to Amendment 004 of the solicitation for the Recapitalization of Runway 1-19 at U.S. Coast Guard Base Elizabeth City, NC, and outlines critical changes and clarifications to the Request for Proposals (RFP). Key modifications include provisions for a mobile batch plant’s operation, alterations to pavement repair instructions regarding underlying concrete layers, and adjusted personnel qualifications for construction project management. Amendments further specify that airfield experience from subcontractors is permissible for contractor qualifications. Contractors are informed about extensive technical requirements, including airfield drainage, electrical reimbursement, and utility connection responsibilities. Several queries related to the project have been addressed, confirming no requirements for airspace analysis and emphasizing the contractor's obligation for environmental compliance and permitting. The document stresses the importance of timely acknowledgment of these amendments to avoid bid rejection and confirms that changes are made in response to received Requests for Information (RFIs), ensuring contractors are adequately informed for accurate proposal submissions in compliance with federal contracting standards. Overall, this amendment aims to clarify expectations and logistics for executing the restoration efforts while maintaining project integrity and alignment with safety regulations.
    This document serves as Amendment 0005 to the solicitation for the project titled "Recapitalize Runway 1-19" at the U.S. Coast Guard Base in Elizabeth City, NC. The amendment outlines important instructions regarding the acknowledgment of receipt of the amendment, stating that offers must confirm receipt before the specified deadline, either by completing certain forms or through separate communication referencing the relevant solicitation numbers. The amendment also extends the proposal submission deadline to March 14, 2025, allowing contractors additional time to prepare their bids. It clarifies that late submissions may or may not be evaluated based on several considerations at the discretion of the Contracting Officer. The document emphasizes the significance of acknowledging amendments to avoid possible rejection of offers and maintains the usual terms and conditions from earlier solicitations intact, except for those specifically modified in this amendment. Overall, the amendment seeks to ensure clarity and compliance within the procurement process while encouraging participation in the upcoming proposal submissions.
    This document serves as Amendment 0001 to the solicitation for the recapitalization of Runway 1-19 at the U.S. Coast Guard Base in Elizabeth City, NC. It outlines the requirement for contractors to acknowledge receipt of the amendment by specific methods before the designated deadline, failing which their offers may be rejected. The amendment details a scheduled site visit on November 19, 2024, at 9:00 AM, providing contact details for submission of visitor requests in Excel format to designated government officials. Attached to the amendment are necessary documents including a site visit map and the visitor request format. The amendment emphasizes the importance of acknowledgement for compliance in the bidding process, ensuring clarity and readiness for all potential bidders regarding changes to the project timeline and requirements.
    The document outlines Amendment 0003 for the solicitation number 70Z04725RPCNI0001 regarding the recapitalization of Runway 1-19 at the U.S. Coast Guard Base in Elizabeth City, NC. Key changes include the extension of project experience definitions from six to ten years for design and construction, and several modifications related to project specifications concerning airfield lighting, design criteria, and construction requirements. The Government clarifies that existing systems will remain operational during upgrades, and new requirements related to pavement and project management are detailed, including the necessity for contractors to comply with various federal and state permits. Pre-award inquiries indicate that contractors may utilize relevant subcontractor experience for compliance with project demands, ensuring the contractor's qualifications align with Government expectations. The amendment emphasizes regulatory compliance and the Contractor’s responsibilities for identifying and obtaining all necessary permits. This document reflects ongoing efforts to modernize airfield infrastructure while maintaining operational readiness and safety compliance for construction activities.
    The document outlines criteria for computer-generated drawings related to the Recapitalization of Runway 1-19 at USCG Base Elizabeth City, NC (Project 21-10393282). It specifies standards for CAD drafting, including file management using AutoCAD 2017 software, titleblock requirements, and the need for proper layering and naming conventions. The document emphasizes compliance with federal CAD standards and outlines electronic deliverables that must be submitted in specified formats (e.g., .dwg, .pdf) on recordable compact disks. It also describes requirements for drawings, including dimensions, text formatting, use of symbols, and detailing proper file organization for ease of access through Adept, a Coast Guard electronic management system. Key environmental considerations, codes, and standards for construction documents, along with a Basis of Design narrative covering civil, architectural, structural, mechanical, fire protection, and electrical systems, are also detailed. The comprehensive nature of these guidelines illustrates the rigorous standards set forth by the USCG for projects involving significant infrastructure upgrades, ensuring adherence to safety and operational protocols throughout the design and construction phases.
    The document outlines the procedures for submitting visitor requests to Base Elizabeth City. It specifies the necessary information required, including personal details, arrival and departure times, and sponsor contact information. Visitors, particularly foreign nationals, must submit their requests at least thirty days prior to their intended visit. The document emphasizes the need for compliance with entry criteria as outlined in BASEECITYINST 5512.1B. Key contacts within the base and tenant commands are listed for inquiries and further guidance, highlighting the importance of clear communication and adherence to security protocols. All requests should be directed to a designated email address, ensuring they are monitored daily for any necessary follow-up regarding potential denials based on entry criteria. The structure supports efficient visitor management and security operations within the military installation.
    The government file outlines an initiative focused on the procurement of services and funding through Requests for Proposals (RFPs) across federal, state, and local levels. It emphasizes the need for comprehensive responses from potential contractors and organizations to enhance project success. The document details the objectives of the RFP process, including fostering competition, ensuring transparency, and securing quality services that address community needs. It guides respondents on preparing proposals that align with specified formats and criteria, while also underlining the importance of regulatory compliance and adherence to budgetary constraints. By encouraging innovative solutions and partnerships, the federal grants and RFPs aim to stimulate economic growth and improve service delivery in key sectors. This initiative signifies a strategic approach to resource allocation within various levels of government, promoting efficiency and effectiveness in meeting public demands.
    The document outlines specifications and coordinates related to the construction of new pavement structures, including a 10-foot-wide sidewalk and a 12 feet x 24 feet dumpster pad, as part of a larger infrastructure project. It includes details on concrete pavement dimensions, existing taxiways, and points of reference for grid layouts in the project area, showcasing Northing and Easting coordinates for precise location mapping. The mention of features like the PCC pavement and aprons indicates a focus on durable construction materials and safe access routes for vehicles and pedestrians. The use of precise coordinates and grid references appears crucial for ensuring accurate implementation and alignment within federal or state guidelines. This file likely serves as part of technical documentation required for federal or local RFPs, emphasizing compliance with infrastructure development standards and aiding project bids for contractors.
    The Environmental Assessment (EA) outlines the proposed recapitalization of Runway 01-19 at the U.S. Coast Guard Base in Elizabeth City, North Carolina. Initiated due to poor runway conditions leading to its closure since 2015, the project aims to restore functionality, which is essential for mitigating crosswind constraints affecting operations on the main runway, Runway 10-28. The preferred alternative involves selective rehabilitation of failed pavement areas while maintaining existing dimensions, with a construction budget of approximately $23.9 million. The EA evaluates various alternatives, including total reconstruction and runway extension, ultimately eliminating options exceeding budget constraints or causing significant environmental impacts. It encompasses public and agency involvement, reporting no comments during the scoping period. The assessment adheres to relevant environmental laws, ensuring compliance with various acts including NEPA. The proposal includes construction management practices to limit operational disruptions, emphasizing safety measures, environmental management, and stormwater control. This assessment underscores the importance of improving airfield operations for both military and civilian aviation, addressing logistical challenges and supporting regional emergency response capabilities.
    This document outlines General Decision Number NC20240091, effective January 5, 2024, for highway construction within specified North Carolina counties. It updates minimum wage requirements for contractors subject to the Davis-Bacon Act, mandating compliance with Executive Orders 14026 and 13658, depending on contract execution dates. Contractors must pay workers at least $17.20 or $12.90 per hour for work performed in 2024, determining minimum wage based on contract dates or renewals. The wage determination lists various classifications and rates for different labor roles, illustrating the prevailing wages for construction trades in the region. It emphasizes that contractors must ensure compliance with additional labor protections and submit requests for any necessary classifications omitted from the determination. The document serves a critical role in government RFPs, ensuring fair labor practices and wage standards in public construction projects. It also includes a detailed appeals process for stakeholders dissatisfied with wage determinations, facilitating transparency and equity in labor practices.
    The document outlines a recapitalization project for the Runway 1-19 at the Coast Guard Air Station in Elizabeth City, NC. Key elements include the design and construction of new elements such as a 10-foot wide sidewalk, a 12’ x 24’ dumpster pad, and new Portland Cement Concrete (PCC) pavement and apron. The document provides detailed specifications about existing taxiway conditions, required modifications, and the geometric layout of runways. It also includes vital airport data such as elevations, wind coverage statistics, and navigational aids managed by the U.S. Coast Guard. The project aligns with federal standards and addresses necessary upgrades to improve operational efficiency at the air station. Overall, the document serves as a comprehensive reference for the planning and execution of the recapitalization efforts at this federal facility, ensuring adherence to safety and design regulations while enhancing service capability.
    The Request for Proposal (RFP) seeks bids to recapitalize Runway 1-19 at the USCG Base Elizabeth City, NC, focusing on restoring the runway for operational use. The project encompasses design-build demolition and construction, requiring compliance with specified design criteria such as sustainable practices and adherence to FAA regulations for airfield lighting and construction safety. The scope includes paving the runway and associated taxiways, installing new LED lighting systems, and ensuring that all work meets quality control standards. Contractors must coordinate with military operations, minimize interference, and follow strict security measures while operating on the active Coast Guard base. The RFP outlines expected timelines for work completion, which includes distinct phases for northern and southern zones of the airfield, and emphasizes the contractor's responsibility for managing airfield safety during construction. Payment structures, including progress payments tied to project milestones, are detailed to ensure adherence throughout the project's lifetime. This RFP underscores the federal commitment to maintaining operational efficiency and safety at crucial military installations.
    The document outlines the locations designated for a specific meeting related to airfield operations, identifying three key areas: Main Gate, Bldg 49, and Bldg 35, as well as Overflow Parking. The repetition of locations suggests an emphasis on ensuring all attendees have clear logistical instructions for accessing the meeting. While the file does not provide extensive details or context around the meeting itself, it highlights the importance of organization and planning in federal operations. This type of document is typically relevant in the context of government requests for proposals (RFPs) and grants, where proper coordination and communication are essential for efficient operation and compliance with federal guidelines.
    The Task Order Announcement for the Recapitalization of Runway 1-19 at U.S. Coast Guard Base Elizabeth City, NC, outlines a project with a budget between $45 million and $55 million. Contractors are invited to provide design and construction services to restore the runway for operational conditions, including the installation of FAA-compliant LED lighting and signage. The period of performance is set at 731 calendar days from award date. Contractors must submit a signed Project Labor Agreement and proposals by January 29, 2025. The announcement incorporates various FAR clauses, including those regarding whistleblower rights and representations about telecommunications equipment. Contractors are encouraged to utilize domestic or designated country construction materials per Buy American provisions. The evaluation process prioritizes best-value bids, emphasizing relevant past performance and technical capability, including airfield design and construction experience. Key contacts for inquiries are provided, and a structured submission process is mandated, focusing on the clarity and relevance of presented materials. Overall, this document reflects the government's intent to enhance airfield infrastructure while adhering to regulatory and performance standards in public contracting.
    The document details the construction contract for the recapitalization of airfield pavements and lighting at the U.S. Coast Guard Base in Elizabeth City, North Carolina. It outlines the main features of the project, including the areas of work (runways, taxiways, and site-specific details), the elevations, and the contractor's responsibilities during construction. Key regulations pertaining to safety, coordination with air traffic control, and compliance with federal, state, and local laws are emphasized. The contractor must ensure all work is conducted safely while prioritizing aircraft operations and adhering to strict protocols related to foreign object debris management and work zone delineation. Additionally, the construction plan includes adjustments for airfield access during construction phases and imposes restrictions on work hours. The objectives are to enhance the airfield's functionality while maintaining high safety standards for aircraft operations.
    The document outlines specifications for a project focused on the recapitulation of airfield pavements and lighting at the USCG Base in Elizabeth City, North Carolina. The contractor is required to ensure compliance with local, state, and federal regulations while prioritizing safety for personnel and aircraft operations during construction. Key responsibilities include verifying existing conditions, adhering to specified work hours (Monday to Friday, 0700-1700), and managing operations with minimal disruption to air traffic. Safety measures regarding foreign object debris (FOD), traffic control, and site management are emphasized, including the development of a FOD control plan to ensure no hazardous materials are left on the airfield. Furthermore, the contractor must coordinate closely with the USCG Airfield Manager and submit necessary personnel information for security purposes. A detailed understanding of airfield operations and the ability to conduct night work if needed is crucial to the project's execution. The document serves as a formal guidance for potential contractors responding to the federal RFP, emphasizing the importance of safety, regulatory compliance, and efficient communication throughout the construction process.
    Lifecycle
    Similar Opportunities
    Base Elizabeth City Crane Inspection Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide crane inspection services at Base Elizabeth City in North Carolina. The procurement involves conducting annual inspections and weight testing for various lifting equipment, including cranes and vehicle lifts, to ensure compliance with safety and operational standards. This initiative is critical for maintaining the mechanical reliability and safety of equipment used by the Coast Guard, thereby supporting their operational effectiveness. Interested contractors must submit their quotes by March 18, 2025, and direct any inquiries to Tami Clark at tami.n.clark@uscg.mil, with a performance bond potentially required for the contract.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This project, designated under solicitation number FA441825R0002, involves significant construction activities, including the demolition and remodeling of existing structures, with an estimated contract value between $5 million and $10 million. The work is crucial for maintaining operational readiness and safety at the base, with a construction timeline set to commence on September 1, 2025, and conclude by September 3, 2026, followed by a 30-day closeout period. Interested contractors, particularly those classified as HUBZone businesses, must submit sealed proposals and adhere to federal wage standards as outlined in the accompanying wage determination documents. For further inquiries, potential bidders can contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil.
    Repair and Repave Slocum Road
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Repair and Repave Slocum Road project at Marine Corps Air Station Cherry Point, North Carolina. This initiative aims to engage qualified contractors to perform essential pavement repairs and related minor work, ensuring compliance with safety and environmental standards while maintaining operational efficiency. The project, identified as WO7364434, has an estimated cost between $250,000 and $500,000 and is expected to be completed within 120 days of contract award. Interested contractors must submit their proposals by March 25, 2025, with a site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
    Charleston Regional Center USCG Court Room Construction
    Buyer not available
    The U.S. Department of State is soliciting proposals for the construction of a courtroom for the United States Coast Guard at the Charleston Regional Center, designated under solicitation number 19AQMM25R0111. The project involves converting an existing dining hall and kitchen into a fully functional courtroom, including necessary facilities for courtroom personnel and technology integration, while adhering to local and federal regulations. This initiative reflects the government's commitment to enhancing judicial infrastructure and ensuring compliance with safety and operational standards. Interested contractors should note that the estimated project cost is between $5 million and $10 million, with a completion timeline from Winter 2025 to Fall 2025. For further inquiries, potential vendors can contact Ryan C. Edwards at Edwardsrc@state.gov.
    FY26 COASTAL STORM RISK MANAGEMENT CAROLINA BEACH & VICINITY, NEW HANOVER COUNTY, NORTH CAROLINA.
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the FY26 Coastal Storm Risk Management project in Carolina Beach and vicinity, New Hanover County, North Carolina. This presolicitation opportunity involves heavy and civil engineering construction, specifically focusing on the maintenance of dredging facilities to enhance coastal resilience against storm risks. The project is critical for safeguarding the local infrastructure and environment from potential storm damage, ensuring the safety and sustainability of the coastal community. Interested parties can reach out to primary contact Diana Curl at diana.d.curl@usace.army.mil or by phone at 910-251-4915, or secondary contact Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for further details.
    Recapitalize Family Housing, Station Portage, U. S. Coast Guard Station Portage, Dollar Bay, MI
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the recapitalization of family housing at Station Portage in Dollar Bay, Michigan. The project involves the design and construction of seven new housing units, including four three-bedroom and three four-bedroom units, along with associated infrastructure improvements such as playgrounds and utility upgrades, with an estimated budget of approximately $8 million. This initiative is crucial for enhancing living conditions for military families and ensuring compliance with federal standards, including environmental regulations under the National Environmental Policy Act (NEPA). Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or Sharan A. Lind at Sharan.A.Lind@uscg.mil.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, including the construction of new channels to replace existing culverts, with an emphasis on sustainability and compliance with environmental regulations. The estimated construction cost ranges from $10 million to $25 million, and proposals will be evaluated based on price and various non-cost factors, including corporate experience and small business utilization. Interested contractors must submit their proposals by March 31, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    Performance-Based Logistics Services for ALC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is soliciting proposals for Performance-Based Logistics (PBL) services at the Aviation Logistics Center (ALC) in Elizabeth City, NC, under solicitation number 70Z03825RB0000001. The contract aims to provide logistical support for various USCG aircraft, ensuring increased parts availability, reliability, and operational readiness, with a focus on repair, overhaul, and inventory management. This initiative is critical for maintaining the effectiveness of the USCG's aviation assets, reflecting the government's commitment to efficient resource management. Interested parties must submit their proposals by March 3, 2024, at 4:30 PM EST, and can direct inquiries to Livia M. Pippen at livia.m.pippen@uscg.mil or Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil. The contract has a ceiling of $99 million and includes a base year with four optional extensions.
    MOTSU 25-001 Berm Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 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 details.