Replace Rooftop Units Building 87
ID: N400857241766Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.

    Files
    Title
    Posted
    This Request for Proposal (RFP) outlines the project to replace rooftop units in Building 87 at MCAS Cherry Point, North Carolina (Project No. 7241766). The project, estimated between $1,000,000 and $5,000,000, falls under NAICS Code 238220 with a 210-calendar-day completion target. Only pre-selected contractors (Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc.) are invited to submit proposals. A mandatory site visit is scheduled for December 2, 2025. Proposals are due by December 29, 2025, and will be awarded based on the lowest price. The RFP details bond requirements, liquidated damages ($593 per day), and applicable federal acquisition regulations and clauses, including those related to Russian fossil fuels and the Xinjiang Uyghur Autonomous Region. It also includes wage determinations for various trades in Craven, Jones, and Pamlico Counties, North Carolina, subject to Executive Orders 14026 or 13658 minimum wage rates.
    This government file details a project for the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic to replace two packaged rooftop HVAC air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project, identified by NAVFAC Drawing No. 7242175 and dated April 30, 2025, involves the demolition of existing equipment and installation of new rooftop HVAC units, including associated mechanical and electrical work.The file outlines general notes for coordination with other trades, existing work, equipment installation, ductwork, and wind restraint. It provides detailed schedules for the two packaged rooftop units (RTU-1 and RTU-2), including their cooling capacity, energy efficiency, fan data, compressor data, evaporator coil data, filter data, and electrical specifications. The document also includes design conditions and outdoor airflow schedules for various zones within the building served by each RTU.Control schematics and sequences of operation for the rooftop air handling units are provided, detailing occupied and unoccupied modes, economizer functionality, smoke detection, humidity control, morning warm-up, and freeze protection. Electrical general notes cover conductor sizing, disconnecting devices, circuiting, grounding, and demolition procedures. The project emphasizes adherence to manufacturer instructions, safety, and coordination to minimize disruption during installation.
    The Department of the Navy, Naval Facilities Engineering Systems Command, Mid-Atlantic, is seeking proposals for Project 7242175, which involves replacing two rooftop air handling units and related incidental work at Marine Corps Air Station, Cherry Point, North Carolina. The project requires adherence to strict administrative, safety, and payment procedures, including the use of the Electronic Construction and Facility Support Contract Management System (eCMS) for all documentation. Work must be coordinated around an occupied building, with specific restrictions on scheduling, access, and utility interruptions. Contractors must comply with stringent security requirements, including participation in the Defense Biometrics Identification System (DBIDS), and provide detailed price schedules and progress reports. The project emphasizes quality control, environmental considerations, and close collaboration between the contractor and government personnel through preconstruction and partnering meetings.
    This Sources Sought Notice is a market survey by Naval Facilities Engineering Systems Command Mid-Atlantic, FEAD Cherry Point, to identify potential small business offerors for replacing two rooftop air handling units and related work. The project, estimated between $1,000,000 and $5,000,000, has a NAICS Code of 236220 with a $45,000,000 small business size standard. The contract term is 210 days. The command is seeking 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, Economically Disadvantaged Women Owned, or other Small Businesses. Interested firms must submit contact information, business type, and evidence of capability (minimum three similar projects within five years) by August 29, 2025, 2:00 P.M. Eastern Time, via email to eileen.m.cole2.civ@us.navy.mil. This is for preliminary planning and to determine if the requirement will be set aside for small businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors for the replacement of a hydraulic passenger elevator at the DLA Distribution Building B159, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves the complete replacement of the elevator along with any incidental related work, with an estimated project magnitude between $1,000,000 and $5,000,000. This procurement is a total small business set-aside, meaning only offers from small business concerns will be accepted, and a bid bond of 20 percent of the bid price or $3,000,000, whichever is less, is required. Interested parties can find further details and the solicitation on SAM.gov when available, and they may contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for additional information.
    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.
    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.
    Construction-AUTEC HVAC Installation and Maintenance/Repair Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a total small business set-aside contract. The project involves comprehensive HVAC support services, including preventive maintenance and repair for Navy-owned HVAC and cooling equipment at the facility in West Palm Beach, Florida. This contract is crucial for ensuring the operational efficiency and safety of HVAC systems, which are vital for maintaining environmental control in military facilities. Proposals are due by December 10, 2025, at 2:00 PM EST, and interested parties must be registered in SAM.gov and provide a bid guarantee. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.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.
    FRCE: Site Prep for Ultrasonic Degreaser B133
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses for the preparation and installation of an ultrasonic degreaser system at the Fleet Readiness Center East (FRCE) in Havelock, North Carolina. The project involves the installation of an ultrasonic cleaning system and supporting chiller, along with necessary concrete demolition, new concrete work, electrical and plumbing utilities, and roof modifications. This procurement is crucial for enhancing maintenance capabilities and is estimated to have a contract value between $1 million and $5 million, with a total contract duration of 380 days. Interested small businesses must submit their qualifications and evidence of capability by December 8, 2025, to Sarah Maready at sarah.a.shugart.civ@us.navy.mil.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    B-121 Repair HVAC deficiencies in operations building
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is soliciting bids for the repair of HVAC deficiencies in the operations building located at NAS Lemoore, California. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to ensure the operational efficiency and comfort of the facility. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N6247322RX004. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or by phone at 559-998-3844.