P-1241 Low Altitude Radio Communication System (LARCS) Communication Towers Contract for Marine Air Ground Task Force Training Command (MAGTFTC), Twentynine Palms, CA
ID: N6247325R3443Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the P-1241 Low Altitude Radio Communication System (LARCS) Communication Towers Contract at the Marine Corps Air Ground Combat Center in Twentynine Palms, California. This project involves the construction of four new communication towers and the repair of six existing ones, aimed at enhancing communication capabilities and safety for military training exercises. The initiative is critical for ensuring operational readiness and interconnectivity within military frameworks, with a total construction cost limitation of $42 million and a project duration of 1,460 calendar days. Interested contractors must submit their proposals within 90 days of receipt, and for further inquiries, they can contact Victor Mariscal at victor.m.mariscal.civ@us.navy.mil or Lauren Steigerwald at lauren.e.steigerwald.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a Design-Build Military Construction (MILCON) project focused on the Low Altitude Radio Communication System (LARCS) Communication Towers for the Marine Air Ground Task Force Training Command (MAGTFTC) in Twentynine Palms, California. The project, valued at a Construction Cost Limitation of $42 million, emphasizes unrestricted competition while favoring HUBZone Small Business concerns. Contractors must meet rigorous performance standards and can expect a project duration of 1,460 calendar days. The work includes constructing new towers, modernizing existing ones, and providing essential utility services in challenging terrains. Proposals will undergo evaluation based on multiple phases, with distinct factors for technical approach, experience, past performance, safety, and pricing. Contractors are required to hold relevant certifications and adhere to stringent safety protocols. Key aspects include logistical considerations for site access, communication infrastructure, and compliance with regulatory standards throughout the project lifecycle. With this initiative, the government aims to enhance training capabilities while ensuring optimal performance and safety for military communications at the training center.
    The memorandum outlines the approved installation schedule for the Marine Corps' P1241 Communication Tower Project at the Marine Corps Air Ground Combat Center in Twentynine Palms, California. The project involves the construction of four new communication towers and the repair of six existing ones to enhance safety and communication for military training exercises. The proposed schedule aims to minimize disruption to the training mission and includes various phases of microwave re-alignment, with specific completion deadlines set to align with planned training activities. Key stakeholders determined which tower sites to prioritize, ensuring coordinated construction without conflicts with training schedules. Each construction phase allows for non-workdays to facilitate site safety and access control. The memorandum recommends approval of the project schedule for federal request for proposals (RFP) input. Key personnel, including civil engineers and public works officers, are responsible for project oversight and coordination to ensure compliance with range safety and operational demands. The document reflects the structured planning necessary for military construction projects, highlighting resource management and collaborative stakeholder engagement.
    The document outlines the Project P-1241 Installation Schedule, detailing various tasks related to the installation of operational systems, including microwave updates and site surveys, spanning from December 2025 through June 2028. It includes major phases such as East Microwave updates, OP Mesa, and OP Mine, each divided into weekly tasks over specified durations. Key points include the task scheduling with precise timelines, such as the East Microwave updates lasting 122 days and the OP Mine requiring 96 days for completion, each with detailed sub-tasks focusing on site work and necessary infrastructure preparations like foundation work and system installations. The structure is sequential, with each major operation subdivided into weekly intervals where specific actions, such as mobilization, demobilization, and installation of equipment, are outlined. The document aims to provide a comprehensive view of the project’s timeline and resource allocation, indicative of planning in federal projects to ensure smooth execution and adherence to compliance standards. The outlined milestones and task dependencies illustrate a clear framework for executing the operational plans effectively within the stated timeframes.
    The P1241 Communication Towers project at Marine Corps Base Twentynine Palms, CA, focuses on establishing a comprehensive framework for roles and responsibilities among various military and contractor entities involved in the construction and integration of communication infrastructure. The lead organizations for the project are NAVFAC (real property) and NAVSEA (personal property), each contributing to a matrix that delineates responsibilities across multiple activities such as design approvals, construction tasks, and equipment installation. The project involves several operational phases for updating and repairing microwave equipment across multiple sites, highlighting tasks scheduled over a 16-week timeline. These tasks encompass everything from initial design meetings to final installations of solar panels and telecommunications equipment. Additionally, meticulous planning addresses environmental considerations and various safety protocols relevant to construction spaces. This document serves as a critical guide for project managers, stakeholders, and contractors, ensuring accountability and clarity throughout the scope of work. It reflects the government's strategic investment in enhancing communication capabilities, facilitating interconnectivity, and ensuring operational readiness within military frameworks.
    This government document is an RFP concerning the design, repair, and construction of communication towers at various sites, specifically for the Twentynine Palms MCAGCC project. The offeror must provide pricing details for multiple base bid items, which include the design and repair of 140-foot and 82-foot towers, along with associated supporting facilities such as site work and waste disposal. Each base item requires a firm-fixed-price (FFP) proposal encompassing all necessary materials, labor, equipment, and bonds. The RFP outlines specific projects, such as the design for foundations and repairs of existing towers, and indicates that proposals must be submitted within 90 days of receipt. Accuracy in price submissions is critical, as the government reserves the right to verify calculations and ensure correctness. Furthermore, failure to propose on all items or acknowledge amendments may lead to proposal rejection. The document emphasizes compliance with regulations and a thorough approach to project design and execution, aligning with federal and local guidelines for government contracts and grants.
    The document focuses on the Request for Proposal (RFP) pertaining to the construction of communication towers at Twentynine Palms MCAGCC, designated by Solicitation Number N6247325R3443. It outlines a structured format for prospective contractors (KTRs) to submit Clarification Requests regarding various aspects of the RFP. The form includes placeholders for government responses, sections for reasoning, and details regarding the amendment numbers and topics relevant to different engineering disciplines such as electrical, civil, and mechanical. The RFI process allows for inquiries about outdated references, conflicting information, or missing documents, ensuring a clear understanding of project requirements. This structured approach aims to enhance communication between bidding contractors and the government, fostering clarity and compliance throughout the bidding process. The document serves as a vital tool in facilitating a transparent procurement process for the federal government.
    Similar Opportunities
    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, is soliciting proposals for the construction of the Joint Consolidated Communications Center at Andersen Air Force Base in Guam under solicitation N62742-25-R-1303. This project, part of the FY24 Military Construction budget, has an estimated contract value ranging from $100 million to $250 million and requires comprehensive documentation from bidders, including financial statements and performance capabilities. The construction is critical for enhancing military communications infrastructure, ensuring operational efficiency and safety. Interested contractors must submit their proposals by May 14, 2025, and are encouraged to contact Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil or Juanita Garza at juanita.i.garza2.civ@us.navy.mil for further information.
    P481 Energy Resilience Phases 3 & 4, Various Locations at Mountain Warfare Training Center, Bridgeport, California
    Buyer not available
    The Department of Defense, through the Navy's NAVFACSYSCOM Southwest, is seeking information from potential contractors for the Design-Build MILCON Project P-481, aimed at enhancing energy resilience at the Marine Corps Mountain Warfare Training Center in Bridgeport, California. The project involves the installation of a 1 MW generator, 500 kW of solar photovoltaics, a Battery Energy Storage System (BESS), and advanced control systems to establish a reliable microgrid capable of functioning independently during power outages. This initiative is crucial for strengthening the center's energy infrastructure against frequent disruptions caused by severe weather and challenging geographical conditions, with an estimated project cost ranging from $25 million to $100 million. Interested contractors, particularly small businesses, are encouraged to submit their qualifications and relevant experience by March 27, 2025, to Kelli Cox at kelli.l.cox3.civ@us.navy.mil or by phone at 619-705-4653.
    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.
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) – Construction MAC
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for an Indefinite-Delivery, Indefinite-Quantity Multiple Award Construction Contract (MACC) to support various construction projects within its jurisdiction in Indiana, with an estimated total value of $48.7 million. This solicitation is aimed at facilitating construction at multiple facilities, including the Lake Glendora Test Facility, and is open to full competition, requiring all offerors to be registered in the necessary government systems by the submission date. Proposals will be evaluated based on technical merit, management strategies, small business participation, and past performance, with a submission deadline of April 28, 2025. Interested contractors should ensure compliance with the proposal formatting guidelines and submit sealed proposals to Aaron Hohl at aaron.m.hohl.civ@us.navy.mil.
    Replace AFN Radio Transmission Tower, Camp Kinser, Okinawa, Japan
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the AFN Radio Transmission Tower at Camp Kinser, Okinawa, Japan. The project entails the demolition of the existing tower and foundation, construction of a new foundation, and installation of necessary fencing and power cabling, with strict adherence to environmental and safety regulations. This initiative is crucial for maintaining military communication infrastructure, ensuring operational readiness while complying with local and federal standards. Interested contractors must submit sealed offers by May 16, 2025, with a bid estimate ranging from ¥100 million to ¥500 million, and are encouraged to contact Norman Roldan at norman.roldan.civ@usace.army.mil for further inquiries.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This Design-Bid-Build project encompasses the construction of a hangar approximately 156,585 square feet in size, along with associated infrastructure improvements, including mooring points and re-striping of areas. The project is vital for enhancing military readiness and operational capabilities, accommodating maintenance operations for the KC-46A aircraft while adhering to strict environmental and safety standards. Interested contractors should note that the estimated project cost ranges from $100 million to $250 million, with proposals due by March 25, 2025. For further inquiries, contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
    CONSOLIDATED COMMUNICATIONS FACILITY PATRICK SPACE FORCE BASE, FLORIDA AMENDMENT 0005
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the Consolidated Communications Facility at Patrick Space Force Base in Florida, under Amendment 0005. This procurement focuses on the construction of commercial and institutional buildings, specifically aimed at enhancing communication capabilities at the base. The successful contractor will be responsible for delivering a facility that meets the operational needs of the military, contributing to the overall mission readiness and efficiency. Interested parties can reach out to Rocky Harkless at rocky.a.harkless@usace.army.mil or by phone at 251-441-5456, or Kyle Rodgers at KYLE.M.RODGERS@USACE.ARMY.MIL or 251-690-3356 for further details.
    CALIFORNIA REGION 4 MATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the California Region 4 Multiple Award Task Order Contract (MATOC) focused on commercial and institutional building construction. This procurement aims to engage qualified contractors to perform repair or alteration services for various buildings, emphasizing the importance of enhancing infrastructure within military facilities. The contract is set aside for Historically Underutilized Business (HUBZone) participants, promoting economic growth in designated areas. Interested contractors can reach out to William Parsons at william.a.parsons4.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further details, with the solicitation details available for review.
    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 proposals electronically by February 25, 2025, and are encouraged to attend a pre-proposal conference on January 29, 2025. For inquiries, contact Lindsay Brown at lindsay.naill@navy.mil or Damila Adams at damila.adams@navy.mil.
    Joint Interoperability of Tactical Command and Control Systems (JINTACCS)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide engineering services for the Joint Interoperability of Tactical Command and Control Systems (JINTACCS) project at Camp Pendleton, California. The procurement aims to enhance interoperability analysis, standards development, and certification testing for Command, Control, Communications, Computers, and Intelligence (C4I) systems, which are critical for effective military operations. Interested contractors must adhere to a structured submission process, including the provision of various technical reports and compliance with Department of Defense directives, with proposals due by 12:00 PM PST on March 27, 2025. For further inquiries, potential bidders can contact Eric Russell at eric.russell@usmc.mil or Marlanea Kirkbride at marlanea.kirkbride@usmc.mil.