Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
ID: N4008525R2613Type: Combined Synopsis/Solicitation
AwardedJun 25, 2025
$484.1K$484,110
AwardeeMILITARY & FEDERAL CONSTRUCTION CO., INC. Jacksonville NC 28540 USA
Award #:N4008521D0102
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 OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase IV project at Camp Lejeune, North Carolina. This project involves the repair and replacement of lock systems across 36 buildings, with a focus on ensuring compliance with ANSI standards and providing necessary training and support for the new systems. The estimated budget for this initiative ranges from $5 million to $10 million, reflecting its importance in maintaining security and operational integrity at the facility. Interested contractors must submit their proposals by April 8, 2025, and can contact Edward Pelser or Lauren Loconto for further information regarding the solicitation.

    Files
    Title
    Posted
    This document serves as Amendment No. 0002 to the solicitation N40085-25-R-2613, concerning the repair of Multiple BEQ Door Locks, administered by NAVFAC Mid-Atlantic. The amendment primarily addresses the scheduling of a site visit for bidders, set for March 5, 2025, at 9:45 AM, with participants expected to meet at Building HP 503. The proposal submission deadline remains unchanged, set for March 13, 2025, at 2:00 PM. Bidders must acknowledge this amendment in their proposals to avoid potential rejection. All other terms and conditions outlined in the original solicitation remain unchanged and in effect. This amendment underscores the importance of site visits for bidders to better understand project requirements and conditions, demonstrating the government's commitment to transparency and thoroughness in the procurement process.
    The document outlines Amendment No. 0005 to a solicitation for the "Multiple Lock Repairs Phase IV" project, managed by NAVFAC Mid-Atlantic. The key modification is an extension of the proposal due date, now set for 1400 hours on April 8, 2025. It emphasizes the importance of acknowledging this amendment in submitted proposals; failure to do so may lead to rejection. All other terms and conditions of the original solicitation remain unchanged. This amendment is issued in accordance with regulatory procedures for government contracts, ensuring clarity and compliance in the procurement process. Overall, it reflects the federal government's effort to maintain an orderly bidding environment while accommodating interested contractors.
    This document pertains to Amendment No. 0006 of Solicitation N40085-25-R-2613 for the Multiple Lock Repairs Phase IV project managed by NAVFAC Mid-Atlantic. The amendment primarily addresses changes and clarifications in response to contractor inquiries regarding the scope of the project and lock specifications. Key updates include the removal of the requirement for Wi-Fi connectivity in lock systems, confirmation that Dormakaba locks are the basis of design, and clarification on the non-requirement for new panic hardware. The amendment also specifies that contractors can work on multiple buildings simultaneously but requires coordination with building occupants. Additionally, it outlines detailed lock specifications including ANSI standards, required hardware, keying systems, and the provision of lock training. Notable inclusions are the request for four spare locks per barrack and a year-long warranty with support for five years. All changes must be acknowledged by contractors in their proposals, emphasizing compliance to avoid proposal rejection. The document adheres to formal government solicitation standards, reflecting typical practices in federal RFPs.
    The document is an amendment to Solicitation N40085-25-R-2613 for the Multiple BEQ Lock Repairs Phase IV project at MCB Camp Lejeune, North Carolina. This amendment, numbered 0001, modifies the original solicitation by reducing the number of buildings requiring lock repairs from 50 to 36. The proposal submission deadline remains unchanged at 1400 on March 13, 2025. Contractors must acknowledge receipt of this amendment when submitting their proposals, as failure to do so may lead to rejection. Pricing is categorized by Exhibit Line Item Numbers (ELINs), and proposals must cover all line items as non-responsive offers may be dismissed. The award will account for all proposed prices across the ELINs. Notably, certain buildings previously listed have been dropped from the project, impacting the total scope of work. The amendment details instructions for submitting offers and emphasizes the requirement for pricing to include overhead and profit for the work specified. This modification reflects the government's intent to ensure an efficient and compliant contract process while addressing necessary changes to the project scope.
    The document is an amendment to solicitation N40085-25-R-2613, addressing the Multiple BEQ Door Locks Repair project at Camp Lejeune, North Carolina. Amendment No. 0003, dated March 6, 2025, includes responses to requests for information and updates regarding the project's scope, inventory list, and environmental guide, emphasizing the need for contractors to acknowledge the amendment upon proposal submission. The project's scope involves replacing locksets on multiple living area doors across 53 BEQ buildings with new swipe locks while providing necessary hardware, software, and training. Specifications detail compliance with American National Standards Institute (ANSI) guidelines for locks and access control systems. Contractors must manage environmental requirements and follow the Contractor Environmental Guide to ensure adherence to local, state, and federal regulations. The amendment outlines specific questions and answers relevant to the project's operational requirements, ensuring clarity in the lock system's functionality. The finalized timeline for proposals remains unchanged, emphasizing timely communication and acknowledgment to avoid proposal rejection, reinforcing compliance with environmental regulations and enhancing security for the Marine Corps facility.
    The document outlines the specifications and procedures related to contract work at the Marine Corps Base Camp Lejeune, North Carolina. It includes detailed sections on construction scheduling, management of existing infrastructure during construction, contractor access regulation, and mandatory compliance with safety and environmental standards. Key procedures include phased construction scheduling, careful protection of existing work, and thorough documentation through submittals and progress photographs. Specific attention is paid to maintaining the safety of contractors and ensuring compliance with Government regulations like the Defense Biometrics Identification System (DBIDS) for access, as well as protocols for managing unexploded ordnance. Requirements for contractor qualifications, insurance, and invoicing processes are also detailed to ensure accountability. The emphasis is on rigorously following guidelines for safety, environmental protection, and quality assurance throughout the construction process, thereby facilitating a successful contract execution at this military installation.
    The "Camp Lejeune Contractor Environmental Guide" is designed to ensure contractors at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River comply with federal, state, and local environmental laws while performing their duties. It covers a broad spectrum of environmental requirements, including an overview of the Environmental Management System (EMS), specific training requirements, and essential regulations such as the Clean Air Act and various Executive Orders. The guide outlines the roles of the Environmental Management Division and Installation and Environmental Department, emphasizing the importance of adherence to environmental protocols to avoid penalties. Contractors are expected to engage in environmental compliance training, report spills, and cooperate with the Environmental Management Division for seamless operations. The document emphasizes the responsible management of hazardous materials, air quality, solid waste, and emergency response strategies. Importantly, contractors are advised to maintain thorough records and have a clear understanding of their legal obligations. This guide not only facilitates compliance with environmental policies but also enhances the Marine Corps’ mission by promoting sustainability and minimizing environmental impacts linked to military operations.
    The document outlines the Multiple Building BEQ Lock Repairs Phase IV project (Project No. 25M004CN) under Contract 25-0401, detailing the specifications for lock repairs across various buildings. It includes a comprehensive list of locks to be installed, categorized by their location, type, and other attributes. A total of 30 different locks are specified, featuring various models from manufacturers like Kaba and Vision, with a mix of card-based and RFID systems, as well as some using hard keys. The breakdown covers the number of left-hand and right-hand opening doors associated with each lock type and location. This project signifies an effort to enhance security measures within federal buildings and ensure compliance through modernization of locking mechanisms. The meticulous details provided serve as a reference for contractors participating in the request for proposal (RFP) process, aiming to facilitate smooth execution and manage operational integrity across the affected sites.
    The Multiple BEQ Lock Repairs Phase IV project at MCB Camp Lejeune, North Carolina, aims to address critical maintenance needs with an estimated budget ranging from $5 million to $10 million. Solicitation No. N40085-25-R-2613 outlines that only a select group of pre-approved contractors may submit proposals by the deadline of March 13, 2025. The contract completion is anticipated to take 540 days, with a general wage determination under the Davis-Bacon Act indicating compliance with federal wage standards, including the latest Executive Orders affecting wage rates. Bidders must submit all proposals with an accompanying bid bond and accept terms that may lead to liquidated damages of $880 for calendar delays. The award is based on a lowest-price evaluation, maintaining normal operations at the facility during repairs. The proposals must follow a strict pricing structure tied to specific buildings and associated repairs, ensuring comprehensive coverage of the project scope. This initiative reflects commitment to structural integrity and operational continuity while adhering to federal contracting norms and safety standards.
    The project titled "Multiple BEQ Room Entry Door Lock Repairs-Phase IV" aims to upgrade lock systems in 53 BEQ buildings at Camp Lejeune, North Carolina. The scope includes replacing existing locksets with new swipe locks and establishing a comprehensive keying system with master, grand master, and sub-master keys. The contractor is responsible for providing compatible locks that conform to ANSI/BHMA standards, high-security cylinders, and a compatible access control system, including RFID technology. Training for operating the new locking system and coordination with base maintenance for setup is required. Additional provisions include a warranty and technical support. The implementation schedule must be submitted for government approval, ensuring minimal disruption during the project. Hazardous material concerns are deemed non-applicable in this context. This initiative reflects the government's commitment to enhancing security and operational efficiency in military accommodations while adhering to regulatory standards.
    Lifecycle
    Similar Opportunities
    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.
    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.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    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.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    Repair Fuel System B4505
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. The project involves the repair of three fuel storage tanks, associated piping, and perimeter fence, with a focus on replacing tank and pipe coatings and repairing existing fence posts. This procurement is critical for maintaining operational readiness and compliance with government regulations, with an estimated contract value between $500,000 and $1,000,000. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested contractors must acknowledge the recent amendment to the solicitation and attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J. Hislop at meghan.j.hislop.civ@us.navy.mil.
    Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors for the replacement of a hydraulic passenger elevator at the DLA Distribution Building B159, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves the complete replacement of the elevator along with any incidental related work, with an estimated project magnitude between $1,000,000 and $5,000,000. This procurement is a total small business set-aside, meaning only offers from small business concerns will be accepted, and a bid bond of 20 percent of the bid price or $3,000,000, whichever is less, is required. Interested parties can find further details and the solicitation on SAM.gov when available, and they may contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for additional information.
    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.
    D-10298 Mainside Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base Camp Lejeune, North Carolina, under the D-10298 Mainside Pay As Cut FY26 contract. This pay-as-cut timber sale requires bidders to meet or exceed government estimated unit prices for various timber products, with the highest total bid winning the contract, which extends until December 31, 2027. The timber sale is crucial for supporting construction projects and silvicultural work, emphasizing safety and environmental responsibility throughout the logging process. Bids are due by 2:00 PM local time on January 8, 2026, with a required bid deposit of 20% and performance bond of $25,000; interested parties should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    Housing Access & Door Locking System
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.