Demo Misc. Bldgs FY24
ID: N400857365056Type: 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 requires specialized services for the demolition of various buildings and structures at the Marine Corps Air Station (MCAS) in Cherry Point, North Carolina, planned for the upcoming fiscal year. This solicitation is a Total Small Business Set-Aside, restricted to pre-approved General MACC contractors.

    The primary objective is the comprehensive demolition of three buildings, labeled B121, B1746, and B486, each with its own CLIN, within a 480-day contract period. The project entails careful coordination due to adjacent occupied buildings and the need to minimize disruption to the base's operations. Contractors must adhere to stringent safety, access, and security protocols and register for DBIDS access.

    The Department of the Navy emphasizes the importance of English proficiency among key project staff and mandates the use of the eCMS system for document management. Contractors must provide a detailed Baseline Construction Schedule using Primavera P6 software, along with pricing details for the demolition work.

    For the submission process, a site visit is scheduled for July 11th, 2024, and a Request for Information (RFI) cutoff date of July 29th, 2024, has been set. Proposals must be submitted by August 7th, 2024, with a focus on the lowest price and compliance with executive orders on wages. The evaluation of bids will consider the submitted prices and compliance with federal regulations.

    Contractors must acknowledge and respond to amendments, including the presence of an oil/water separator and revised drawings for Building 121. The amendments also address questions regarding asbestos insulation and fuel lines, emphasizing the requirement for a detailed and considered approach.

    Interested parties should contact Linda Clark or Ericka J. Bishop, whose details are provided in the solicitation, for any clarifications.

    Point(s) of Contact
    Files
    Title
    Posted
    The Marine Corps Air Station in Cherry Point, North Carolina, plans to demolish multiple buildings in the upcoming fiscal year. The procurement objective revolves around securing specialized services for this project. The scope involves detailed site plans, existing conditions assessments, and demolition plans for buildings such as Bldg 486, Bldg 990, and Bldg 1746. The RFPs include stringent requirements for managing hazardous materials, waste disposal, and erosion control during the demolition process. The work involves close coordination with the Mid-Atlantic Engineering Command and adherence to strict environmental regulations. Key dates and evaluation criteria were not explicitly mentioned in the files.
    The Department of the Navy seeks a contractor for the demolition of various buildings, structures, and utilities at the Marine Corps Air Station in Cherry Point, North Carolina, with an estimated completion date in FY24. The work entails careful coordination due to adjacent occupied buildings and the need to minimize interference with the base's operations. Contractors must adhere to strict safety, access, and security protocols, including DBIDS registration for employee access. The project requires a detailed Baseline Construction Schedule using Primavera P6, with activities clearly identified and tied to responsibility codes, phase codes, and work locations. Bids are invited for the demolition work, with pricing details to be provided by the contractor. The submission deadline is indicated, along with a requirement for a pre-construction meeting within 35 days of contract award. Quality control and assurance procedures are outlined, emphasizing the importance of English fluency among key project staff. The use of the Naval Facilities Engineering Systems Command's Electronic Construction and Facility Support Contract Management System (eCMS) is mandated for document management and collaboration.
    The government seeks a contractor for miscellaneous building demolition services at MCAS Cherry Point in North Carolina. The focus is on safely dismantling structures, with specific attention to an oil/water separator. Contractors must acknowledge the presence of an existing oil/water separator and provide measurements based on the site visit. The solicitation period ends on August 7th, 2024, with a proposal due date of the same day at 12:00 PM local time. As of Amendment 0001, the only stated key date is a pre-award RFI deadline of July 29th, 2024, at 9:00 AM. The solicitation outlines the project's requirements, including site constraints and access limitations, which potential contractors must consider.
    The government seeks contractors for miscellaneous building demolition work at MCAS Cherry Point in North Carolina. Amendment 0002 clarifies RFI responses regarding existing oil/water separators, asbestos insulation, and fuel lines. Critical dates include the acknowledgment of this amendment prior to the proposal deadline, extended to August 7, 2024, at 12:00 PM local time. Contractors must carefully review the revised drawings for Building 121, issued on July 29, 2024, which provide crucial details impacting the demolition scope. The solicitation, drawings, and amendments collectively form the basis for proposals, with response deadlines strictly enforced.
    The government seeks demolition services for three buildings at MCAS Cherry Point, North Carolina, as detailed in the Request for Proposal (RFP). The primary objective is to procure comprehensive demolition solutions for structures labeled B121, B1746, and B486, with each CLIN representing a separate building demolition. The RFP outlines general requirements, including a 480-day contract completion deadline and an estimated cost range of $1 million to $5 million. Bond requirements and liquidated damages are specified, along with relevant federal clauses and wage determinations that bidders must adhere to. The evaluation of proposals will be based on the lowest price, with additional considerations for compliance with executive orders on minimum wage and paid sick leave. The submission deadline is August 7th, 2024. Key dates include a site visit on July 11th, 2024, and a cutoff for Request for Information (RFI) submissions on July 29th, 2024. The scope encompasses providing lump-sum prices for each building's demolition, encompassing site clearance and compliance with drawings and specifications. The work encompasses ensuring the project adheres to prevailing wage rates and incorporating sustainable practices, with references to relevant Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. This information forms the basis for interested parties to submit proposals for the demolition work, with clarity on evaluation criteria and administrative details.
    Lifecycle
    Title
    Type
    Demo Misc. Bldgs FY24
    Currently viewing
    Solicitation
    Similar Opportunities
    AMENDMENT 001
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a construction project related to the demolition of buildings at the Jacksonville Air National Guard Base in Florida. The project, titled "CWF DEMO," involves managing and mitigating asbestos-containing materials (ACM) as outlined in the Asbestos Management Plan, along with necessary utility infrastructure improvements, including water, fire protection, and electrical systems. This procurement is crucial for ensuring the safety and operational readiness of military facilities while adhering to federal and state regulations. Proposals are due by September 12, 2024, at 10:00 a.m. EDT, and interested contractors should contact TSgt Jonathan Acree at jonathan.acree@us.af.mil or Mark Penwell at mark.penwell.1@us.af.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
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to participate in a Sources Sought notice for a Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services across Marine Corps Installations in North Carolina, South Carolina, and Georgia. The objective is to identify capable contractors who can manage multiple concurrent task orders involving a range of projects, including new construction, demolition, and renovation of various facilities, with an estimated total contract value not exceeding $975 million over five years. Interested firms must demonstrate relevant experience through completed projects, with specific bonding capacity requirements and a focus on prime contractor roles, and must submit their responses by September 12, 2024, to James Godwin at james.a.godwin41.civ@us.navy.mil.
    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
    Active
    Dept Of Defense
    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.
    P--Hobucken and Holly Ridge Tower Demolition
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a small business to complete the Hobucken and Holly Ridge Tower Demolition project. The work includes demolishing and removing two communication towers and their foundations. The project must be completed within 125 days of the contract award date. The estimated cost for this procurement is $250,000.00 to $500,000.00. Bids are due on or about September 3, 2018, at 10:00 AM. Offerors must submit a bid bond of 20% of their proposal amount.
    Shaw AFB Multi Building Demolition and Abatement - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the demolition and abatement of multiple buildings at Shaw Air Force Base in South Carolina. The project involves the complete demolition of structures including the Base Theatre, Aerospace Physiology facility, and Maintenance Hangar, requiring contractors to provide all necessary personnel, equipment, and materials for safe execution. This initiative is crucial for maintaining the operational integrity of the base and ensuring compliance with environmental and safety regulations. Interested small businesses must submit their proposals by September 9, 2024, with a total contract value estimated at $19 million and a performance duration of 210 days. For further inquiries, contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or Cesar Tapia-Caballero at cesar.tapia-caballero@us.af.mil.
    CHILLER REPLACEMENT BLDGS A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers at multiple buildings within Marine Corps Base Camp Lejeune, North Carolina. The project, identified as "Chiller Replacement BLDGS A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237," aims to modernize HVAC systems by installing energy-efficient chillers while ensuring minimal disruption to ongoing operations. This initiative is crucial for maintaining operational efficiency and compliance with environmental standards, as it involves advanced technologies and adherence to the Buy American Act. Interested contractors must be pre-approved Mechanical MACC Contractors and submit their proposals by September 11, 2024, with an estimated project cost ranging from $1,000,000 to $5,000,000. For further inquiries, contractors can contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    Hatteras Inlet Debre Removal
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the removal and proper disposal of day beacons located in Hatteras Inlet, North Carolina. Contractors are required to provide all necessary supervision, labor, equipment, and materials to execute the demolition in accordance with the provided Scope of Work, ensuring compliance with federal, state, and local regulations. This project is critical for maintaining navigational safety in the area, as it addresses outdated infrastructure that supports maritime operations. Interested small businesses must submit their quotes by noon Eastern Time on September 18, 2024, via email to the primary contact, Tami Clark, at tami.n.clark@uscg.mil, and are encouraged to submit any questions in writing by September 11, 2024. The contract will be awarded as a Firm-Fixed Price agreement, and all bidders must have an active vendor record at SAM.gov to be considered eligible.
    Demolish existing Preservation Oil system and canopy at building 175 Jet engine Test Cell
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFACSYSCOM), is soliciting bids for the demolition of the existing Preservation Oil system and canopy at Building 175 of the Jet Engine Test Cell. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the removal of infrastructure critical to the facility's operations. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N6247324RJ511. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or Antonio Harley at antonio.b.harley2.civ@us.navy.mil.
    N4008524R2716 - P-1584U Parachute Tower Road Upgrades and P-1564U Connector Road
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the P-1584U Parachute Tower Road upgrades and P-1564U Connector Road project at Marine Corps Base Camp Lejeune, North Carolina. This project aims to enhance critical roadway infrastructure, including the construction of a direct road connection, a deceleration lane, and various upgrades to existing infrastructure to improve access to the Wallace Creek area, which is vital for the operational needs of the II Marine Expeditionary Force. The estimated project cost ranges from $5 million to $10 million, with proposals due by September 1, 2024, and a completion timeline of 365 days for the Connector Road and 584 days for the Parachute Tower Road. Interested contractors should contact Tony Benson at tony.d.benson.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    NWF Hangar 1 and 2 Demolition Services - Amendment 0003
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for demolition services of NWF Hangars 1 and 2 at Andersen Air Force Base in Guam. The procurement is a total small business set-aside under NAICS code 238910, focusing on site preparation contractors, and aims to safely demolish the hangars while adhering to environmental and safety regulations. This project is critical for maintaining operational readiness and safety at the base, with a performance period not exceeding six months from the award date. Interested contractors must submit their proposals by August 21, 2024, and can direct inquiries to Christiana Tuck at christiana.tuck@us.af.mil or Tommyjay Taitano at tommyjay.taitano@us.af.mil.