P-7889 DENTAL CLINIC REPLACEMENT, MARINE CORPS RECRUIT DEPOT PARRIS ISLAND, SC
Type: Special Notice
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF LABORATORIES AND CLINICS (Y1DB)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for the replacement of the dental clinic at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves the construction of a modern facility that meets healthcare standards, requiring detailed specifications for interior finishes, materials, and compliance with safety protocols. The procurement is critical for enhancing healthcare infrastructure for military personnel, ensuring a functional and aesthetically pleasing environment. Interested contractors should contact Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil for further details and to submit their qualifications.

    Files
    Title
    Posted
    The document outlines a SOURCES SOUGHT – CONTRACTOR INFORMATION FORM, which is designed for contractors to submit their information in response to federal and state/local Requests for Proposals (RFPs) or grants. It includes sections for essential contractor details such as Unique Entity Identifier (UEI), CAGE Code, firm name, address, and contact information for a point of contact (POC). The form prompts the contractor to indicate their business type, such as SBA certified firms, veteran-owned businesses, and small businesses. Additionally, it requests bonding capacity information, including the surety name and maximum bonding limits for projects. The document emphasizes clarity and completeness of the information provided while instructing respondents not to alter the form's content. Overall, the purpose of this form is to facilitate the federal and local governments in assessing contractor qualifications and capabilities in relation to upcoming projects and funding opportunities.
    This document outlines the specifications and requirements for installing components, specifically the Magnasphere panic switch kits (MK-3045T0A and MK-3045L0) used in refrigeration environments. The key components specified include self-tapping screws and power tools necessary for installation, such as a power drill and Phillips screwdriver, which are to be provided by the installer. It emphasizes the installation guidelines for electrical connections, recommending the use of soldered and shrink-wrapped connections for safety. The document serves to inform contractors and installers about the standards necessary for the implementation of the Magnasphere systems, ensuring that installations comply with safety protocols and operational efficacy. It addresses the configuration of the equipment, required specifications including maximum current, voltage, and power settings, along with wiring requirements. This technical information is essential for compliance with government standards in federal and state projects related to public safety and infrastructure improvements.
    The document outlines the interior finish specifications and materials for the replacement of the dental clinic at Marine Corps Recruit Depot (MCRD), Parris Island. It includes detailed product listings with manufacturers, finishes, and quantities for various elements required for the project, such as acoustical ceiling tiles, corner guards, ceramic tiles, paint, and flooring materials. The specifications detail the types and colors of materials needed, emphasizing acoustic performance and aesthetic considerations, essential for a clinical environment. Additionally, it addresses components like wall protection, signage, solid surfaces, and toilet partitions—the project aims to create a fully functional and visually appealing dental facility. This document serves as a directive for contractors responding to the government's request for proposals (RFP) concerning a crucial healthcare infrastructure upgrade. The meticulous description of materials suggests a focus on quality, compliance with health standards, and long-term durability for high-traffic areas.
    The SCS-1R Network Enabled Receiver is a comprehensive security control system designed for digital networking and dialer operations, featuring integrated revenue-generating capabilities. Key functionalities include unattended area code changes, extensive alarm reporting capabilities (including alarms, troubles, and supervisory reports), and support for up to eight line cards for flexible network or dialer configurations. The system is UL approved and NIST validated for encryption, ensuring secure data handling. It features a built-in 32-character LCD display that simplifies alarm signal management and enhances operator response times. The SCS-1R accommodates a significant number of digital dialer and data network accounts while allowing browser-based programming. It operates efficiently over existing network infrastructures, providing a cost-effective solution for alarm monitoring services. The document emphasizes compliance with various standards and listings, ensuring the system meets regulatory requirements for fire monitoring and telecommunications. This detailed overview positions the SCS-1R as a robust and adaptable solution for modern security monitoring needs, aligning with the goals of enhancing public safety and operational efficiency in government and commercial settings.
    Lifecycle
    Similar Opportunities
    P-7889 DENTAL CLINIC REPLACEMENT, MARINE CORPS RECRUIT DEPOT PARRIS ISLAND, SC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of a replacement Dental Clinic at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves the demolition of existing structures and the construction of a new two-story facility designed to provide comprehensive dental care for recruits and active-duty personnel, incorporating modern utilities, backup power, and compliance with safety and environmental standards. The initiative underscores the importance of enhancing military healthcare infrastructure while ensuring adherence to federal guidelines, with a minimum requirement of 20% participation from small businesses in the contracting process. Interested contractors must submit their proposals by April 14, 2025, and are encouraged to contact Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil for further inquiries.
    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.
    Y--P398 Range Improvements and Modernization Marine Corps Recruit Depot, Parris Island, South Carolina
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking construction services for range safety improvements and modification at MCRD Parris Island, South Carolina. The project involves demolishing the existing firing range and constructing a new one, including new impact berm, target berm and butt, side safety berm, paved firing lines, roads, irrigation system, signage, and other facilities. The new facilities will include a Butts Control Building, Target Storage Buildings, small Heads, and a large Male and Female Head. Additional site improvements include a parking lot, access roads, water and sewer systems, storm water management, and power and communications distribution systems. The project also includes allowances for ordinance scanning and potential ordinance removals.
    Design-Bid-Build, P502 Replace Fuel Pier, Marine Corps Air Station Beaufort, South Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the Design-Bid-Build project to replace the fuel pier at Marine Corps Air Station Beaufort, South Carolina. This project entails the demolition of an existing pier built in 1957 and the construction of a modern T-shaped facility that meets Department of Defense standards, featuring concrete piles, mooring dolphins, and a dual fuel piping system to enhance operational redundancy. The construction is critical for maintaining ongoing operations during the project and is expected to take 790 calendar days post-award, with an anticipated contract award by August 2025. Interested contractors must register in the System for Award Management (SAM) and can contact Scott Schulz at scott.c.schulz.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil for further information.
    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.
    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 NAVFAC Mid-Atlantic office, is seeking qualified contractors for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on general construction services for Marine Corps Installations East. This procurement aims to provide essential construction services, including the repair or alteration of miscellaneous buildings, primarily at Camp Lejeune in North Carolina. The selected contractors will play a crucial role in supporting the infrastructure needs of the Marine Corps, ensuring operational readiness and facility maintenance. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further details.
    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 Command Mid-Atlantic, is seeking contractors for the construction of the P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance operational capabilities for the Marines stationed at the base. The successful contractor will be responsible for the construction of various facilities that support maintenance and operational functions, which are critical for the readiness of military operations. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or call 757-341-1999 for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.
    Repair Brick Facade Cracks, Building 4298
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the repair of brick façade cracks at Building 4298, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves installing expansion joints and matching repairs to existing masonry, with an estimated contract value of less than $25,000 and a completion timeline of 75 days post-award. This maintenance work is crucial for ensuring the structural integrity of the facility while minimizing disruption to ongoing operations, particularly fueling activities. Proposals are due by 12:00 PM EST on March 4, 2025, and interested contractors should direct inquiries to Josef Vallone or Ericka J. Bishop via the provided contact information.
    Replace Electrical Vault Doors, Frame and Hardware B150 & B148
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of electrical vault doors, frames, and hardware at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7390922. The project entails the removal and installation of heavy-duty insulated doors and associated hardware, ensuring compliance with safety and fire regulations while minimizing disruption to ongoing operations. This procurement is crucial for maintaining the integrity and security of the facility's infrastructure. Proposals are due by March 11, 2025, with an estimated project cost between $25,000 and $100,000, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.
    Z1DA--THIS IS NOT A REQUEST FOR PROPOSAL: Project Number 534-19-101 Correct Utility Infrastructure/Distribution/collection syste Ralph H. Johnson VA 109 Bee Street Charleston, SC 29401-579
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a construction project aimed at correcting utility infrastructure at the Ralph H. Johnson VA Medical Center in Charleston, SC. The project, designated as Project Number 534-19-101, involves replacing a 6" sanitary sewer main, removing outdated piping and hazardous materials such as asbestos and lead, while ensuring minimal disruption to medical services during construction. This initiative underscores the importance of maintaining and improving healthcare infrastructure for veterans, with a contract value estimated between $2 million and $5 million. The solicitation is set to be issued on March 5, 2025, with proposals due by March 6, 2025. Interested parties should contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359, and must be registered in the SBA and SAM databases to qualify for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside opportunity.