N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
ID: N4008525R0148Type: Presolicitation
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
    Description

    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command, Mid-Atlantic, is conducting a Sources Sought Notice for small businesses capable of constructing the Design-Bid-Build (DBB) P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves building a multi-story hangar with high bay, crew, equipment, administrative, and data network spaces, an operational support facility, and a Shop Annex. Due to site restrictions, a multi-level 400-space parking facility is also included. Key features encompass cybersecurity, Anti-Terrorism/Force Protection, an underwing fire suppression system, overhead bridge cranes, and a 2000 kW emergency generator. The project also includes extensive site preparation, utility installations, and the demolition of several existing buildings totaling over 7,500 m². The construction cost is estimated between $100,000,000 and $250,000,000, falling under NAICS Code 236220. Interested small businesses, including SDVOSB, VOSB, HUB-Zone, 8(a), and WOSB firms, must submit a capabilities package by September 19, 2025, demonstrating experience with aircraft maintenance hangar new construction projects of $100 million or more, completed within the last ten years, and showcasing sequencing/phasing experience. This notice is for market research only and is not a request for proposals.
    The "SOURCES SOUGHT – CONTRACTOR INFORMATION FORM" is a standardized document for contractors to submit essential company details to government entities for RFPs, grants, or other solicitations. It requests critical information such as DUNS and CAGE Codes, firm name, address, and contact person details. The form also asks contractors to identify their business type (e.g., SBA certified 8(a), HUBZone, Service-Disabled Veteran-Owned, Woman-Owned, Small Business) to facilitate compliance with federal contracting goals. Additionally, it requires disclosure of bonding capacity, including the surety name, maximum bonding capacity per project, and aggregate maximum bonding capacity. A dedicated section allows for clarification of any provided information, ensuring accuracy and completeness without altering the form's content. This form streamlines the initial information gathering process for government agencies, enabling them to assess potential contractors' qualifications and business classifications efficiently.
    The "SOURCES SOUGHT – PROJECT INFORMATION FORM" is a standardized federal government document used by contractors to submit detailed project experience relevant to a specific announcement. This form requires contractors to provide information for up to five projects, each limited to two pages. Key details include contractor name, project number, contract number, title, location, award and completion dates, final contract price, and percentage of completion. Contractors must specify the type of work (new construction, repair, renovation) and provide customer/owner contact information. The form also asks whether the contractor was a prime or subcontractor, the type of contract (Design-Build, Design-Bid-Build, or other), and details if Design-Build was used. Finally, it requires a detailed project description and the percentage and description of work self-performed by the firm. This form is crucial for evaluating a contractor's past performance and capabilities in the context of government RFPs, grants, and state/local solicitations.
    Similar Opportunities
    P502 Replace MCAS Beaufort Fuel Pier, Marine Corps Air Station Beaufort, South Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of the fuel pier at Marine Corps Air Station Beaufort, South Carolina. This project involves the demolition of the existing 1957 fuel pier and the construction of a new single-deck fueling pier, approximately 169 feet long and 40 feet wide, designed to maintain fuel services throughout the construction period. The procurement is critical for ensuring operational integrity and compliance with safety and environmental regulations, particularly concerning hazardous materials identified in the existing structure. Interested contractors must submit sealed bids by June 3, 2025, with a performance period of 900 days following award notification. For further inquiries, contact Scott Schulz at SCOTT.C.SCHULZ1@NAVY.MIL or John Bishop at john.p.bishop1@navy.mil.
    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
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    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.
    DLA: Roof Repairs Buildings 147 and 148
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for structural repairs and roof replacements at Buildings 147 and 148 located at Marine Corps Air Station Cherry Point, North Carolina. The project encompasses comprehensive structural modifications, including the replacement of columns, beams, and trusses, as well as roof system replacements and exterior wall repairs for specified bays within the buildings. This procurement is crucial for maintaining the integrity and safety of the facilities, which are essential for military operations. Interested contractors must be on the pre-approved list and submit their proposals by January 14, 2026, with an estimated project cost between $10 million and $25 million and a completion period of 640 calendar days. For further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or call 910-939-9848.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This procurement is a Total Small Business Set-Aside, allowing only pre-approved Roofing MACC Contractors to submit bids for the project, which has an estimated cost between $1,000,000 and $5,000,000 and requires completion within 450 days post-award. The solicitation emphasizes strict adherence to safety standards, personnel qualifications, and electronic management protocols, with proposals due by January 15, 2026, at 2:00 PM EST. Interested contractors can contact Jessica Huebner or Lauren Loconto for further details and clarification.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of two road plates on the Runway 23R Service Road at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7273833, is restricted to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors and has an estimated cost of less than $25,000, with a completion timeline of 60 calendar days. The work is critical for ensuring safe vehicle traffic over drainage channels and requires strict adherence to base regulations, including a mandatory site visit on December 15, 2025, and proposal submissions by December 30, 2025, at 12:00 PM EST. Interested contractors should contact Kathryn French Nethercutt at kathryn.l.nethercutt.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.