P1334 Child Development Center, NSA Hampton Roads, Norfolk, Virginia
ID: N4008525R2527Type: 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 MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 7:00 PM UTC
Description

The Department of Defense, through NAVFAC Mid-Atlantic, is conducting a Request for Information (RFI) regarding the potential use of Project Labor Agreements (PLAs) for the construction of the P-1334 Child Development Center at Naval Support Activity Hampton Roads in Norfolk, Virginia. This project aims to construct a handicap-accessible facility designed to accommodate 300 children, featuring outdoor playground areas and constructed with a concrete slab, cross-laminated timber roofing, and steel supports. The anticipated construction cost ranges between $25 million and $100 million, with a projected duration of approximately 810 calendar days. Stakeholders are invited to provide feedback via an attached questionnaire by January 30, 2025, with all responses remaining confidential. For further inquiries, interested parties can contact Ashlee Beggs at ashlee.r.beggs.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 10:05 PM UTC
NAVFAC Mid-Atlantic has issued a Request for Information (RFI) regarding the potential use of Project Labor Agreements (PLAs) for the construction of P-1334 Child Development Center at Naval Support Activity Hampton Roads in Norfolk, Virginia. This RFI seeks public input on PLAs for a facility intended to accommodate 300 children, featuring playground areas and designed with a concrete slab structure, cross-laminated timber roofing, and steel supports. The project, estimated to cost between $25 million and $100 million, anticipates a construction period of about 810 days. A PLA is a pre-hire agreement that outlines employment terms for a construction project, mandated for large-scale projects exceeding $35 million under Executive Order 14063 to enhance efficiency in federal construction. As part of this RFI, the public is invited to provide feedback using an attached questionnaire. This document does not solicit proposals or bids and is intended solely for planning purposes. Responses are due by January 30, 2025. All feedback will remain confidential and is not associated with any contract award decision.
Jan 14, 2025, 9:05 PM UTC
The Naval Facilities Engineering Systems Command, Mid-Atlantic, is conducting market research through a Sources Sought Notice for eligible small businesses to participate in the construction of the P-1334 Child Development Center at Naval Support Activity Hampton Roads, Norfolk, Virginia. This facility will accommodate 300 children and include both indoor and outdoor spaces, emphasizing accessibility and child safety. The project scope includes constructing a one-story concrete structure with specific materials such as cross-laminated timber for the roof and fiber cement siding. The estimated construction cost ranges between $25 million and $100 million, with an anticipated award date of September 2025. Interested firms must demonstrate relevant construction experience, provide bonding capacity details, and confirm small business status. Contributions from small business first-tier subcontractors are acceptable for qualifying experience. The notice invites responses by January 30, 2025, and aims to assess the interest level for a small business set-aside. The document serves as a pre-solicitation notice rather than a formal request for proposals, signaling the government’s interest in involving small businesses in federal contracts.
Jan 14, 2025, 10:05 PM UTC
The Project Labor Agreement (PLA) Request for Information (RFI) for Construction Project P-1334 at the Child Development Center in Norfolk, Virginia, seeks feedback from various stakeholders on the implementation of a PLA. The RFI includes a questionnaire covering several key areas: respondent identification (government entity, union, contractor, or small business), the availability of specialized construction services, and the labor market landscape for union and non-union workers. It also inquires about interest in participating in the project, prior usage of PLAs in similar projects, wage comparisons between union rates and prevailing wages under the Davis-Bacon Act, and potential cost implications associated with PLA requirements. The RFI aims to gather comprehensive insights to assess the viability and impacts of adopting a PLA for this construction initiative, ensuring informed decision-making reflecting the local construction environment’s conditions and capabilities. Overall, this effort underscores the government’s commitment to engaging the construction community while evaluating the feasibility and implications of utilizing a PLA for this specific project.
Jan 14, 2025, 9:05 PM UTC
The document serves as an interior finishes reference sheet (IN601) dated July 10, 2024, outlining various materials and finishes for a federal project. It details a comprehensive list of interior finishes, including wood stains, plastic laminates, tiles, paints, and specialty products, alongside their respective manufacturers, styles, colors, and sizes. Key components include wood stains from Sansin, plastic laminates from Wilsonart, solid surfaces from DuPont, various ceiling systems by Armstrong, flooring materials by Nora, and rubber tiles from Tarkett/Johnsonite. The document also specifies painting materials from Sherwin Williams, toilet partitions from ASI Global, signage systems from 2/90 Signage, and other protective finishes. The purpose of the document is to provide a clear specification for contractors responding to RFPs related to federal grants or local projects. By detailing the specific materials to be used, it ensures compliance with regulatory requirements while facilitating consistency and quality across all installations. The structured presentation of materials aids bidders in understanding project expectations and requirements, allowing for accurate quotations and proposals for the specified finishes.
Jan 14, 2025, 9:05 PM UTC
The document is a "Sources Sought – Contractor Information Form" designed for contractors to provide essential details as part of the federal request for proposals (RFPs) process. It requires basic contractor information including DUNS, CAGE code, firm name, address, and point of contact details, including phone number and email. Contractors must indicate their type of business from a list that includes various SBA certifications such as 8(a), HUBZone, and different classifications for small businesses, including veteran-owned and women-owned firms. Additionally, the form prompts contractors to specify their bonding capacity, including surety name and maximum bonding amounts for individual and aggregate projects. The document emphasizes that respondents should not alter the form's content. The overall purpose is to collect standardized contractor information to assess eligibility and capabilities for potential government contracts, ensuring compliance with federal regulations and fostering equitable access to contracting opportunities for diverse business classifications.
Jan 14, 2025, 9:05 PM UTC
The SOURCES SOUGHT – PROJECT INFORMATION FORM is a structured document used to gather essential information from contractors demonstrating relevant project experience for federal government requests for proposals (RFPs). Each contractor submits up to five projects, detailing key information such as contractor name, project numbers, award dates, completion dates, contract types, and the nature of work performed (e.g., new construction, repair, renovation). The form requires specifics about the project, including customer details, prime or subcontractor status, and a thorough description of work performed. The aim is to establish the contractor's qualifications, experience, and ability to fulfill government contracts efficiently. This rigorous collection of data supports transparency and aids in evaluating prospective contractors aligned with federal and state project requirements.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This Design-Bid-Build project aims to enhance the facility's operational capabilities by rebuilding caisson seats, refurbishing the dock floor, and constructing new utility systems, with a focus on safety and environmental compliance. The modernization is critical for supporting submarine repairs and ensuring the Navy's long-term mission readiness. Interested contractors must submit their proposals electronically by June 6, 2025, with a minimum small business participation requirement of 20% of the contract value. For further inquiries, contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project, identified by solicitation number N4008525R2602, involves a Design-Build/Design-Bid-Build approach and is projected to cost between $500,000 and $1,000,000, with a completion timeline of 270 calendar days from the task order award. This initiative is part of a broader effort to maintain and modernize military infrastructure, ensuring compliance with federal regulations and safety standards. Interested contractors must submit their proposals by May 1, 2025, and can obtain further details by contacting Oteria Bullock at oteria.bullock@navy.mil or Katherine Dinneen at katherine.dinneen@navy.mil.
N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC?S, Naval Support Activity Hampton Roads Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build (DB) project to replace backup power generation systems, including Uninterruptible Power Supplies (UPS) and Programmable Logic Controllers (PLCs), at Naval Support Activity Hampton Roads in Norfolk, Virginia. The project requires contractors to conduct detailed studies, ensure compliance with safety regulations, and manage the installation of new systems while refurbishing existing generator switchgear. This initiative is critical for maintaining operational integrity and reliability of power systems at the facility, ensuring minimal disruption during construction. Interested contractors, particularly those holding the relevant Multiple Award Construction Contracts (MACC), should contact Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil or Kristy Gerrek at kristy.gerrek@navy.mil for further details.
Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
Z--Market Research is being conducted for the Dry Dock 4 Renovation at Norfolk Naval Shipyard, Portsmouth, Virginia
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking industry feedback for the Dry Dock 4 Renovation project at Norfolk Naval Shipyard in Portsmouth, Virginia. The project includes various construction activities such as the installation of a temporary cofferdam, repair of caisson seat, structural repairs to dry dock floors and walls, repair of dry dock utility systems, and renovation of pump well mechanical and electrical systems. The estimated construction cost for this project is $100-$250 million. Interested contractors with NAICS code 237990 and similar construction experience are invited to attend an Industry Day event on October 16, 2019, at the Renaissance Hotel in Portsmouth, VA. Feedback on phasing, scheduling, task challenges, and acquisition strategy will be requested. Seating is limited, and interested firms must RSVP by October 10th. This event is open to all contractors, regardless of current contracts with NAVFAC. Contact Mr. Philip Cole, the Contracting Officer, for more information.
Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including the installation of RF shielding, reconfiguration of spaces, and establishment of secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors, specifically those holding the appropriate indefinite-delivery contracts, must submit their proposals by May 5, 2025, following a mandatory site visit on April 9, 2025, and inquiries due by April 22, 2025. For further information, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
INSTALL CANOPY FOR F-14 PAD & F-31 PAD AIRFIELD, NAS OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the installation of steel canopies over the existing concrete pads F-14 and F-31 at Naval Air Station Oceana in Virginia Beach, Virginia. The project involves not only the installation of the canopies but also the repair or replacement of any existing work that may be altered during construction, ensuring that the final condition meets or exceeds the original state. This initiative is part of broader efforts to enhance airfield infrastructure and operational capabilities, with an estimated budget ranging from $500,000 to $1,000,000 and a completion timeline of 270 calendar days. Interested contractors, specifically those in the MACC Group ID: ML-C00075, must submit their proposals by May 2, 2025, and can direct inquiries to Abigail Reed at abigail.m.reed13.civ@us.navy.mil or by phone at 757-433-1029.
W912HN25B4006 - Project Number: 097211, Construct Child Development Center, Fort Bragg, North Carolina
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the construction of a Child Development Center at Fort Bragg, North Carolina, under solicitation number W912HN25B4006. This project aims to create a facility for children aged six weeks to five years, featuring developmental learning modules, outdoor play areas, and various supporting facilities, all designed to meet Department of Defense standards for safety and sustainability. The contract, which is a Total Small Business Set-Aside with an estimated value between $25 million and $50 million, is expected to be awarded as a Firm-Fixed-Price contract, with proposals due by May 15, 2025. Interested contractors should contact Greg Graham at gregory.m.graham@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for the award.