1005 Office Repairs
ID: N4008525R9013Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the "1005 Office Repairs" project at Marine Corps Base Camp Lejeune, North Carolina. This initiative involves building repairs with a budget ranging from $25,000 to $100,000, focusing on enhancing accessibility and functionality in compliance with the Americans with Disabilities Act (ADA), including the installation of automatic door openers and designated handicap parking. The project emphasizes adherence to safety regulations, environmental compliance, and maintaining normal facility operations during renovations, with a completion timeline of 180 days post-award. Interested contractors, who must be pre-approved M&R MACC Contractors, should submit their proposals by August 8, 2025, and can direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or by phone at 910-451-2582.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a renovation project at Camp Lejeune, North Carolina, focused on improving accessibility and functionality in compliance with the Americans with Disabilities Act (ADA). Key elements of the project include the installation of automatic door openers, a handicap loading zone, and parking spaces marked according to ADA standards. Specifications include electrical work that adheres to NFPA and North Carolina building codes, ensuring safe access points for individuals with disabilities. The overall plan includes demolition and renovation details that emphasize compliance with safety ordinances and building requirements. The document serves as a formal request for proposals (RFP) and highlights essential modifications to enhance access for all users while maintaining safety standards within federal guidelines.
    The document outlines the submission and approval process for various contractor preconstruction and closeout requirements under a federal contract, detailing action codes related to contractor submissions, regulatory compliance, and required materials. It includes a comprehensive checklist of documents and plans that contractors must submit, such as Accident Prevention Plans, Environmental Protection Plans, Construction Schedules, and compliance certificates, structured under several categories including preconstruction submittals, test reports, and closeout submittals. Each submission type is coded for tracking and compliance purposes. The document is likely part of the broader framework related to government Requests for Proposals (RFPs) and grants, ensuring that all contractor activities align with regulatory standards and that all necessary preconstruction preparations are completed in a timely manner. This meticulous process aims to enhance safety, efficiency, and accountability in government-funded projects.
    The document outlines the summary of work for a construction contract at Marine Corps Base Camp Lejeune, North Carolina. It details essential project components, such as phased construction schedules, protection of existing structures, handling of underground utilities, and the need for contractor compliance with safety regulations. Specific requirements include obtaining permission before disrupting utility services and adhering to a no-smoking policy on the premises. Additionally, the document lays out administrative requirements, such as submitting various preconstruction documents, project schedules, and insurance compliance. Emphasis is placed on the contractor's responsibilities, including preparing a schedule of prices for contract work, maintaining project documentation through the Electronic Construction and Facility Support Contract Management System (eCMS), and following established procedures for submittals, including deadlines for approvals and re-submissions. This comprehensive outline serves to guide contractors in fulfilling obligations while ensuring safety and quality during the construction process. It reflects the structured approach typical of government RFPs and contracts, aiming for efficient management and adherence to regulatory standards throughout the project.
    The Camp Lejeune Contractor Environmental Guide serves as a comprehensive resource for contractors operating at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River. Its primary purpose is to ensure compliance with federal and state environmental laws and to facilitate the integration of environmental protection into the mission of the Marine Corps. The guide outlines expectations, regulatory requirements, and the responsibilities of contractors regarding environmental management. Key sections include an overview of the Environmental Management System (EMS), training requirements, and specific environmental topics such as air quality, hazardous materials, and emergency planning. Contractors are informed on necessary training protocols, such as General Environmental Awareness and EMS training, to enhance understanding and compliance with environmental policies. The guide emphasizes the importance of communication with the Environmental Management Division for environmental concerns and outlines emergency contacts for immediate issues. Through the establishment of this guide, the Marine Corps aims to foster a culture of environmental responsibility while maintaining operational readiness, reinforcing the need for contractors to engage proactively in environmental compliance to mitigate potential environmental impacts.
    The MAXIMO Initial Equipment Inventory and Replacement/Update Form is designed to catalog and manage the inventory of essential mechanical equipment in government facilities. It encompasses a wide range of equipment types, including various air conditioning systems, chillers, compressors, heat pumps, pumps, and boilers, each categorized by specifications such as size, type, and function. The form also encompasses sections for documenting previously demolished equipment and new or replacement units, capturing vital manufacturer details, model numbers, and motor specifications. The purpose of this document aligns with federal and state processes for Request for Proposals (RFPs) and grants, as it establishes a structured protocol for inventory management, ensuring compliance with operational standards. By maintaining accurate equipment records, government entities can plan for necessary upgrades, replacements, and budget allocations efficiently. The document serves as a crucial tool for ensuring facilities remain functional and meet regulatory requirements while maximizing resource allocation for equipment management. Overall, it highlights the importance of systematic inventory oversight in governmental operations.
    The Naval Facilities Engineering Command (NAVFAC) is soliciting proposals for a building repair project (Solicitation No.: N40085-25-R-9013) at Marine Corps Base Camp Lejeune. Selected contractors are pre-approved to submit bids, with a project budget between $25,000 and $100,000 and a completion timeline of 180 days post-award. A mandatory site visit is scheduled for July 25, 2025, and proposals are due by August 8, 2025. Specific requirements include maintaining normal facility operations during renovations and potential liquidated damages of $220 per day for delays. Contractors must adhere to wage determinations under the Davis-Bacon Act, with pay rates reflecting recent federal mandates. Additionally, the Buy American requirement applies to construction materials, necessitating the use of domestic sourcing unless costs justify an exception. The documentation emphasizes compliance standards, including possible bonding requirements depending on proposal values. This initiative represents a significant federal investment in infrastructure maintenance within the military domain, aligning with government efforts to ensure quality and compliance in public works projects.
    Lifecycle
    Title
    Type
    1005 Office Repairs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    Repair Fuel System B4505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. This project involves the repair of three fuel storage tanks, associated piping, equipment, and the concrete pad, with strict adherence to government regulations and procedures. The estimated cost for this project ranges between $500,000 and $1,000,000, and work must be completed within 180 calendar days, with proposals due by January 12, 2026, at 2:00 PM EST. Interested contractors must be among the specified General MACC holders and are required to attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    N62473-18-D-5860/N6247323F4441 EMERGENCY UTILITY RELOCATION, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for the Emergency Utility Relocation project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, which is critical for maintaining operational readiness and infrastructure integrity at the base. Interested parties can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is part of the ongoing efforts to enhance utility services at military installations. The project is identified under contract number N62473-18-D-5860/N6247323F4441.
    Update HVAC Building 1281
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should 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 further details.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    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.
    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.
    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.