RR460 Roof Repairs
ID: N4008525R2505Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

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 RR460 Roof Repairs project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive roof repairs, including the demolition of existing roofing materials and the installation of a new modified bitumen roofing system, while ensuring minimal disruption to ongoing operations and compliance with safety and structural standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 270 days post-award. Interested contractors must submit proposals by November 15, 2024, and are encouraged to contact Clifton Gaither or Lauren Loconto for further details regarding the project and mandatory site visit scheduled for October 21, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document UFC 1-300-08, dated June 30, 2004, serves as a comprehensive Building Information Checklist intended for use in the real property database as part of construction contracts. It outlines the essential data required for each real property facility, as specified on DD Form 1354. The checklist is structured into five main sections: Building Identification, Utility Connections, Building Systems, Installed Building Equipment, and Utilities and Structures. Key points include detailed specifications for building dimensions, construction materials, utility connections, energy sources, heating and cooling systems, and installed equipment for essential services. The format emphasizes the need for precise data entry, often delivered electronically in XML or GIS-compatible formats. By defining specific nomenclature and required measurements, this checklist aims to streamline the documentation and ensure compliance with standards for federal and state/local projects. Overall, the document is pivotal for ensuring consistent, accurate information is collected to support construction planning, maintenance, and real property management across government facilities.
    The document outlines the project specifications for roof repairs at Building RR460, Marine Corps Base Camp Lejeune, NC, under the jurisdiction of the Naval Facilities Engineering Systems Command (NAVFAC). The primary focus is on the systematic demolition of existing roofing materials, such as standing seam roofing and insulation systems, followed by the installation of a new modified bitumen roofing system, including rigid insulation and metal roof decking. The project adheres to various codes and standards, including the Unified Facilities Criteria and the Americans with Disabilities Act. Key highlights include detailed notes on construction sequencing, safety measures to maintain building operations during repairs, and coordination with the contracting officer for approvals. Emphasis is placed on protecting existing systems, minimizing operational disruptions, and ensuring compliance with structural and safety specifications. The comprehensive scope of work necessitates close attention to existing conditions, with expectations for reinstallation of rooftop mechanical units and adherence to weather-tightness requirements throughout the construction process. This document serves as a crucial guideline for executing the roof repairs efficiently while prioritizing safety and compliance within governmental frameworks.
    The document outlines the "RR460 Roof Repairs" project, scheduled for a construction site visit on October 21, 2024. It presents an access list for MARSOC, detailing individuals authorized for site entry, including pertinent personal information such as names, citizenship, and affiliations with prime or sub-companies. The repeated mention of the project title and access list across five pages indicates the importance of tracking authorized personnel involved in the construction process. The overall purpose of this document within the context of federal RFPs (Requests for Proposals) emphasizes compliance and security protocols necessary for governmental constructions and renovations. It illustrates the structured approach to managing access to construction sites, aligning with federal oversight and project management standards essential for governmental projects. This systematic documentation is critical in ensuring the proper execution of federal grants and state and local RFPs, reflecting a commitment to safety and organization in federal construction initiatives.
    The ROICC Camp Lejeune is soliciting proposals for the RR460 Roof Repairs project under Solicitation No. N40085-25-R-2505, with an estimated cost between $1,000,000 and $5,000,000. The contract's completion is expected within 270 days post-award. The award basis is the lowest price, with a proposal due date set for November 15, 2024, by 2:00 PM EST. A mandatory site visit is scheduled for October 21, 2024, at MARSOC Gate, requiring prior notification of attendees. Eligible bidders include six pre-approved contractors from North Carolina and Florida. Bid bond requirements vary with project value, and potential liquidated damages are assessed at $880 per calendar day for delays. Wage determinations include various classifications subject to federal minimum wage laws, mandating at least $12.90 or $17.20 per hour based on contract dates. The document emphasizes compliance with the Buy American statute, and contractors are cautioned about the potential absence of funding for the project, noting no reimbursement for proposal costs if funds are unavailable. This solicitation underscores government efforts in infrastructure repair while adhering to labor standards and procurement policies.
    The Building RR460 Roof Repairs project (Project 23-0002) at MCB Camp Lejeune, NC, aims to address necessary roof repairs through a structured contract framework. The scope of work includes multiple phases with an emphasis on maintaining and protecting existing structures during construction. Key administrative requirements specify strict submission protocols, including a detailed schedule of prices, safety protocols, and access regulations adhering to the base's operational standards. Project execution involves a coordinated approach to manage construction waste, safety guidelines, and the operational status of existing utilities, alongside contractor access procedures. Documentation must be shared through the Naval Facilities Engineering Command's Electronic Construction and Facility Support Contract Management System (eCMS), ensuring timely transfer of crucial information. Compliance with safety and security measures is critical, including emergency response protocols for unforeseen hazards such as unexploded ordnance. Additionally, contractors are required to maintain qualifications for their personnel and ensure proper communication and comprehensive record-keeping throughout the project. This careful planning and stringent oversight reflect the federal commitment to establishing clear guidelines and expectations in RFPs and grants related to military construction projects, ensuring project success while prioritizing safety and operational efficacy.
    Lifecycle
    Title
    Type
    RR460 Roof Repairs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bldg 1005 and 1308 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs at Buildings 1005 and 1308 located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of existing roofing materials and installation of new roofing systems, adhering to strict safety and environmental protocols, with a total estimated cost between $1 million and $5 million. This procurement is part of ongoing infrastructure maintenance efforts, emphasizing compliance with federal standards and labor laws, including the Davis-Bacon Act. Proposals are due by November 12, 2024, with a site visit scheduled for October 22, 2024; interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    WC300 Grounds Renovations
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the WC300 Grounds Renovations project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive renovations of the grounds surrounding the Wallace Creek Barracks, including the removal of unmaintained landscaping features, debris clearing, leveling, and the installation of centipede sod, which must be maintained for 30 days post-installation. The contract is set aside for small businesses, with an estimated value between $100,000 and $250,000, and proposals are due by November 6, 2024, at 3:00 PM EST. Interested contractors should contact Angela Little or Lauren Loconto for further details and are encouraged to attend a site visit scheduled for October 9, 2024.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    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.
    AS211 Generator Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the AS211 Generator Replacement project at Marine Corps Air Station Camp Lejeune, North Carolina. This project involves the removal of an existing generator and the installation of a new generator, along with associated electrical components and infrastructure improvements to ensure reliable backup power for critical facilities. The contract is set aside for small businesses, with an estimated construction cost between $250,000 and $500,000, and proposals are due by November 6, 2024. Interested contractors should contact Kyle Vaughan at kyle.l.vaughan2.civ@navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details, and a site visit is scheduled for October 15, 2024.
    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.
    Generator Replacement at Water Wells
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of generators at potable water wells located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of four existing generators and the installation of new units, with specific requirements for power capacities and necessary electrical modifications to ensure compliance with safety and security protocols. This initiative is crucial for maintaining reliable power for essential water services on the base, reflecting the government's commitment to infrastructure integrity in military facilities. Interested contractors must submit their proposals by November 12, 2024, following a scheduled site visit on October 21, 2024, and can contact Jessica Huebner or Lauren Loconto for further details.
    7357795 Replace Chiller, Station, Building 1
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller at Building 1, Marine Corps Air Station Cherry Point, North Carolina, under project number 7357795. This project involves the demolition of the existing chiller and chilled water circulation pumps, installation of new air-cooled machinery, and modifications to the chilled water piping systems, all while maintaining building occupancy. The contract is set aside for specific pre-approved Mechanical MACC contractors, with a project completion timeline of 280 calendar days and an estimated cost range of $500,000 to $1,000,000. Proposals are due by November 6, 2024, and interested contractors must attend a mandatory site visit on October 16, 2024. For further inquiries, contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or call 252-466-5930.
    Landfill Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to provide landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The scope of work includes high-pressure water cleaning, grounds maintenance, dumpster refurbishment, cleaning of the brass collection area, maintenance of landfill scales, and heavy equipment services. This procurement is crucial for maintaining operational efficiency and environmental compliance at the landfill facilities. Interested vendors must submit a capability statement confirming their Small Business status by November 1, 2024, to the designated contracting officers, Benjamin A. Bryan and Regenia D. Guest, via email.
    Z1DA--PROJECT 546-24-119, Bid-Build (BB) Replace Roof in Building 7 at Miami VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for Project 546-24-119, which involves replacing the roof of Building 7 at the Miami VA Healthcare System. The project requires comprehensive construction services, including the demolition of the existing roof and installation of new metal roofing systems, while adhering to federal regulations such as the Buy American Act and OSHA safety standards. This initiative is critical for maintaining the structural integrity and operational efficiency of facilities serving veterans. Interested contractors must submit their proposals by October 17, 2024, at 3:00 PM EST, and can direct inquiries to Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov. The estimated project cost ranges from $1,000,000 to $5,000,000, with a performance period of 240 days following the award.
    P-226 MAINTENANCE FACILITY AND MARINE AIR GROUP HEADQUARTERS, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the construction of the P-226 Maintenance Facility and Marine Air Group Headquarters at Marine Corps Air Station in Cherry Point, North Carolina. This project encompasses the construction of an aircraft engine maintenance shop, a headquarters administration facility, and associated renovations, including site improvements and the demolition of three existing buildings. The successful contractor will be required to demonstrate relevant construction experience and a commitment to small business participation, with a minimum 20% subcontracting goal. Proposals are due by October 29, 2024, and interested parties can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further details.