OPERATIONS AND MAINTENANCE WITH INCIDENTAL REPAIR AND MINOR CONSTRUCTION OF THE NAVAL HOSPITAL CAMP PENDLETON (NHCP) AND ITS OUTLYING MEDICAL TREATMENT FACILITIES
ID: W9127825RA061Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST MOBILEMOBILE, AL, 36602-3630, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting proposals for the operations and maintenance, including incidental repair and minor construction, of the Naval Hospital Camp Pendleton (NHCP) and its outlying medical treatment facilities. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, and supervision to perform the required tasks in accordance with the Performance Work Statement (PWS) and applicable codes, ensuring compliance with standards set by the National Fire Protection Association (NFPA) and the Joint Commission (TJC). This project is significant for maintaining the operational readiness and safety of medical facilities, with an estimated contract value ranging between $25 million and $100 million. Interested parties must submit their proposals by August 7, 2025, at 1400 CDT, and can direct inquiries to Penny Lett at penny.e.lett@usace.army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    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 Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    PLA Survey for DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming renovation project at Camp Pendleton, California, which includes significant repairs and upgrades to a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities. The project aims to enhance operational efficiency by installing new equipment, revamping infrastructure, and improving overall facility conditions, with an estimated construction cost between $25 million and $100 million and a targeted award date in late fiscal year 2026. This survey invites comments from the construction community regarding the potential use of PLAs, which are intended to promote efficiency and address labor shortages in large-scale federal projects. Interested parties must submit their responses by 2:00 PM Pacific on December 22, 2025, to the primary contact, Ms. Briana Armstrong, at briana.l.armstrong@usace.army.mil, referencing “W912DW26R1AZ1PLA” in the subject line.
    N62473-18-D-5860/N6247323F4441 EMERGENCY UTILITY RELOCATION, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for the Emergency Utility Relocation project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, which is critical for maintaining operational readiness and infrastructure integrity at the base. Interested parties can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is part of the ongoing efforts to enhance utility services at military installations. The project is identified under contract number N62473-18-D-5860/N6247323F4441.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Buyer not available
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project includes structural modifications, utility coordination, and compliance with safety and infection control standards, with a focus on ensuring the integrity of radiation shielding and existing medical infrastructure. This procurement is particularly significant as it aims to enhance the facility's capabilities in providing emergency medical services. Interested contractors must submit their quotes by December 15, 2025, at 2:00 PM EST, and are required to complete a Past and Present Performance Questionnaire by November 3, 2025, to be considered for this contract, which has an estimated value between $500,000 and $1 million. For further inquiries, contact David M Hernandez at David.Hernandez1@va.gov.
    North Landing Zone (NLZ) Role II Medical Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit proposals for the construction of a Role II Medical Facility at the North Landing Zone (NLZ) in Syria. This project involves the design and construction of a new medical facility, including associated power generation and services, with a contract value anticipated between $1 million and $5 million. The procurement process will follow FAR Part 15, utilizing a Lowest Price Technically Acceptable (LPTA) source selection method, and is expected to open for proposals around December 15, 2025, with a closing date around January 14, 2026. Interested contractors should ensure they are registered in the System for Award Management (SAM) and the Joint Contingency Contracting System (JCCS) to be eligible for award, and may contact Nikisha Cook or Michael Getz for further information.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.