Repair Flashing B4225
ID: N400857359292Type: 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
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the repair of flashing at Building B4225, located at Marine Corps Air Station Cherry Point, North Carolina. This procurement is specifically restricted to selected M&R MACC contractors, who must submit their proposals by April 16, 2025, with the project completion anticipated within 150 days post-award. The estimated contract value ranges from $100,000 to $250,000, and contractors are required to adhere to wage determinations and compliance standards as outlined in the solicitation documents. For further inquiries, interested parties may contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.

Files
Title
Posted
Apr 7, 2025, 6:05 PM UTC
This document outlines the "Repair Flashing B4225" project at Marine Corps Air Station Cherry Point, North Carolina, focusing on phased demolition and reconstruction processes. The project aims to ensure the building's structural integrity by addressing water intrusion through existing flashings, brick veneers, and window components. Phase One includes the removal of deteriorated materials and inspection of wall conditions. Following the inspection, Phase Two entails the installation of new through-wall flashings, ensuring proper sealing and waterproofing. The final phase, Phase Three, focuses on reconstructing the affected areas, including the installation of new insulation, brick veneers matching existing aesthetics, and the reinstallation of previously removed elements like windows and ceiling tiles. The document emphasizes compliance with building codes, safety regulations, and detailed construction notes for contractors, ensuring all materials and procedures meet specified criteria. The careful planning and execution of this project reflect the government’s commitment to maintaining military installations while preventing water damage and ensuring long-term sustainability.
Apr 7, 2025, 6:05 PM UTC
The document outlines the specifications and requirements for the Repair Flashing Building 4225 project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Station Project No. 7357364. The project entails architectural and related works to repair existing facilities while the building remains occupied. Key processes include submitting preconstruction documents, adhering to governmental safety and scheduling regulations, and maintaining clear communication through the Electronic Construction and Facility Support Contract Management System (eCMS). It highlights mandatory procedures for salvaging materials, contractor access, and security protocols, especially regarding personnel background checks and compliance with local regulations. The contract specifies project supervision, insurance requirements, mobilization timelines, and the need for careful waste management throughout the construction phases. The document aims to ensure successful project execution while minimizing disruption to base operations, emphasizing the Navy's focus on safety, project quality, and regulatory adherence during construction. It serves as a comprehensive guide for contractors, detailing their roles and responsibilities in compliance with federal contracting standards and local guidelines.
Apr 7, 2025, 6:05 PM UTC
The NAVFAC Specification 7359292 outlines an amendment for the repair of flashing at Building B4225, located at Marine Corps Air Station Cherry Point, NC. The amendment, designated as Amendment #0001, emphasizes the importance of acknowledging this amendment in submitted proposals, as failure to do so may lead to rejection. The proposal due date remains set for April 16, 2025, at 12:00 PM local time. The document addresses responses to pre-award Requests for Information (RFI) and clarifies specific bidding items, including the need for a revised bid form. It also details the Contract Line Items (CLIN), outlining the pricing structure for base work and optional tasks related to window glazing replacement. The government reserves the right to award additional options within 60 days post-contract award. Key conditions state that unbalanced offers may be rejected, and if options are taken, additional bonding will be required. This document serves as a critical guide for contractors participating in the bidding process, ensuring compliance with project specifications and timelines while clarifying the procedures for bid submissions and amendments.
Apr 7, 2025, 6:05 PM UTC
The NAVFAC Specification document is an amendment (No. 0002) related to the solicitation for the repair of flashing at Building B4225, Marine Corps Air Station Cherry Point, NC. It emphasizes the importance of acknowledging this amendment in proposals to avoid rejection. The original proposal submission deadline remains unchanged at 16 April 2025, which is critical for contractors to be aware of. The amendment addresses pre-award Request for Information (RFI) responses, clarifying project requirements related to the demolition of deteriorated interior finishes and the salvaging of exterior bricks. Respondents are directed to refer to specific drawings and specifications for detailed scopes and materials. The document is structured to facilitate understanding of the amendment's implications on bid proposals, assisting contractors in adhering to project specifications while ensuring compliance with government contracting processes. The acknowledgment of amendments and adherence to proposal requirements is emphasized to maintain the integrity of the submission process.
Apr 7, 2025, 6:05 PM UTC
The document outlines a Request for Proposal (RFP) for the project "Repair Flashing B4225" at MCAS Cherry Point, North Carolina (Project No. 7359292). The contract specifies that only selected contractors can submit proposals, and these must be submitted by April 16, 2025. The contract's completion is expected 150 days after award, with an estimated cost between $100,000 and $250,000. Contractors are required to submit bid bonds for proposals over specific thresholds, adhering to the legislation concerning wage determinations and worker protections under Executive Orders 14026 and 13658. The wage determination specifies minimum rates for various construction trades, reflecting compliance with the Davis-Bacon Act. The RFP details the evaluation criteria, emphasizing lowest price and additional bonding requirements should options be exercised. Essential guidelines for proposal submission include the requirement for a good faith certification regarding forced labor standards in the Xinjiang region. The document serves as an official solicitation for construction services, outlining procedural, financial, and compliance aspects essential for contractors interested in bidding on government-related projects.
Lifecycle
Title
Type
Repair Flashing B4225
Currently viewing
Solicitation
Similar Opportunities
Provide Upgrades B4833
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Provide Upgrades B4833" project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This procurement aims to enhance the facility by upgrading fire safety systems, including the installation of fire-rated doors and windows, carbon monoxide detectors, and fire alarm components, with a project cost estimated between $25,000 and $100,000. The initiative underscores the importance of maintaining safety standards and operational integrity within military facilities, ensuring compliance with NFPA regulations and minimizing disruption during construction. Proposals are restricted to pre-approved contractors, with a submission deadline of April 15, 2025, and interested parties can contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
P-993/995, F-35 AIRCRAFT SUSTAINMENT CENTER AND COMPOSITE REPAIR FACILITY, MARINE CORPS AIR STATION (MCAS) CHERRY POINT, NORTH CAROLINA.
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the F-35 Aircraft Sustainment Center and Composite Repair Facility at Marine Corps Air Station Cherry Point, North Carolina. This project involves the development of a 255,461 square foot hangar to support 20 F-35 aircraft, including maintenance bays, administrative spaces, and specialized repair facilities for advanced composites and rotor blades, with a focus on sustainability and the use of eco-friendly materials. The anticipated award for preconstruction services is scheduled for May 2025, with construction contracts targeted for February 2026. Interested contractors must submit their proposals by April 15, 2025, and can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further information.
Install Enunciators & Alarms, DLA Dist. All Bldgs.
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the installation of enunciators and alarms across all buildings at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7264735. This project involves the demolition of existing alarm systems and the installation of new Federal Signal Model 350-120-30 horns and Sentrol magnetic switches, with a focus on enhancing safety systems within military facilities. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and proposals must be submitted by May 6, 2025, following compliance with federal regulations including the Davis-Bacon Act. Interested contractors should direct inquiries to Evan Dumke or Ericka J. Bishop before the cutoff date of April 28, 2025.
BEQ Repair AS4212
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic, is soliciting proposals from qualified contractors for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N40085-25-R-2620, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after the award. The work will require adherence to strict safety and environmental regulations, including compliance with the Davis-Bacon Act, and will utilize the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors must submit their proposals by April 23, 2025, and are encouraged to contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
Building 128 Grounds Improvements
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the "Building 128 Grounds Improvements" project at Marine Corps Base Camp Lejeune, North Carolina. The project aims to repair existing erosion issues and enhance site functionality by optimizing walkways, installing new sidewalks, piping roof drains, regrading, and implementing stormwater and landscaping improvements. This initiative is crucial for maintaining operational integrity at the Building 128 mess hall while ensuring compliance with safety and environmental regulations during construction. Interested contractors must submit proposals by April 22, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the Parachute Maintenance Facility and Supply Warehouse as part of the 2nd Radio Battalion Complex expansion at Camp Lejeune, North Carolina. This project involves the design and construction of low-rise steel frame facilities, incorporating specialized features such as anti-terrorism/force protection measures, and compliance with the Base Exterior Architectural Plan. The total project budget is approximately $18,030,800, with an estimated completion timeline of 780 days post-award. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or by phone at 757-341-0559.
Z--Maintenance and Repair Multiple Award Construction Contracts
Buyer not available
Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase IV project at Camp Lejeune, North Carolina. This project involves the repair and replacement of lock systems across 36 buildings, with a focus on ensuring compliance with ANSI standards and providing necessary training and support for the new systems. The estimated budget for this initiative ranges from $5 million to $10 million, reflecting its importance in maintaining security and operational integrity at the facility. Interested contractors must submit their proposals by April 8, 2025, and can contact Edward Pelser or Lauren Loconto for further information regarding the solicitation.
Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
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, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction project, 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. Only selected contractors from a list of MACC holders are eligible to submit proposals, with electronic submissions due by February 25, 2025, and a pre-proposal conference scheduled for January 29, 2025. Interested parties should direct inquiries to Lindsay Brown at lindsay.naill@navy.mil or Damila Adams at damila.adams@navy.mil for further details.