Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
ID: N4008525R2613Type: Combined Synopsis/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 OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV" project at Camp Lejeune, North Carolina. This initiative involves upgrading lock systems in 53 Bachelor Enlisted Quarters (BEQ) buildings, which includes replacing existing locksets with new swipe locks and implementing a comprehensive keying system that features master, grand master, and sub-master keys. The project is critical for enhancing security and operational efficiency within military accommodations, ensuring compliance with federal standards while modernizing locking mechanisms. Interested small businesses must submit their proposals by March 13, 2025, with an estimated budget between $5 million and $10 million, and can contact Edward Pelser or Lauren Loconto for further details.

    Files
    Title
    Posted
    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
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Replace Electrical Vault Doors, Frame and Hardware B150 & B148
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of electrical vault doors, frames, and hardware at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7390922. The project entails the removal and installation of heavy-duty insulated doors and associated hardware, ensuring compliance with safety and fire regulations while minimizing disruption to ongoing operations. This procurement is crucial for maintaining the integrity and security of the facility's infrastructure. Proposals are due by March 11, 2025, with an estimated project cost between $25,000 and $100,000, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.
    BEQ Improvements York 2075 and 1807
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for improvements to Bachelor Enlisted Quarters (BEQ) at locations 2075 and 1807. The project aims to enhance the facilities through commercial and institutional building construction, which is critical for maintaining quality living conditions for enlisted personnel. This opportunity is set aside for 8(a) certified businesses, and interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N4008525R2564. For inquiries, potential bidders may contact Mim Kesler at 757-847-7949 or via email at mim.c.kesler.civ@us.navy.mil, or Maurice Muse at 757-887-4705 or maurice.muse@navy.mil.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for multiple services at Marine Corps Base Camp Lejeune, North Carolina. This procurement encompasses a range of facilities support services, including maintenance and management tasks, structured under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract format, with a base period of one year and four optional years. The initiative is a total small business set-aside, emphasizing the government's commitment to engaging small businesses in fulfilling its operational requirements. Interested contractors must submit their proposals by 2:30 PM EST on March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, and are encouraged to participate in a site visit scheduled for February 13, 2025, to better understand the scope of work involved.
    MRSG Motor Pool Fence RR465
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of a new motor pool fence at Camp Lejeune, North Carolina, under the project title "MRSG Motor Pool Fence RR465." The project entails the installation of approximately 400 linear feet of galvanized steel chain link fence, complete with "Y" outriggers and barbed wire, to enhance security and comply with established safety regulations, as the current fence's proximity to the parking lot poses security risks. This initiative is critical for maintaining operational integrity and compliance with military security standards, with an estimated funding requirement of $0.10 million. Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Emily Walton at emily.a.walton6.civ@us.navy.mil or by phone at 757-994-5759.
    N40080-23-R-0022 ACQR: 6070919 - P2203, Quarters 6 Whole House Revitalization, Marine Barracks, Washington, D.C.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the revitalization of Quarters 6 at the Marine Barracks in Washington, D.C., under contract N40080-23-R-0022. This $750 million project aims to restore and modernize the historic building, which serves as the residence of the Commandant of the U.S. Marine Corps, while ensuring compliance with safety and operational standards. Eligible contractors, specifically Small Business MACC holders, are required to submit detailed proposals addressing their experience and project strategies by February 27, 2025, with a completion timeline of 490 days post-award. Interested parties can reach out to primary contact Lindsay M. Brown at lindsay.m.brown14.civ@us.navy.mil for further information.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction project, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The procurement process emphasizes a competitive evaluation based on price and past performance, with proposals due electronically by February 25, 2025, following a pre-proposal conference scheduled for January 29, 2025. Interested contractors should direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.
    Renovate Break Room and Entrance, B159 DLA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the renovation of the break room and entrance at Building 159, Marine Corps Air Station Cherry Point, North Carolina. The project aims to modernize the facility, ensuring operational functionality while adhering to safety and environmental regulations, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 300 days post-award. This renovation reflects the government's commitment to maintaining and upgrading its facilities in line with operational needs. Interested contractors must submit their proposals by February 20, 2025, and are encouraged to contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
    IDIQ Small Business Multiple Award Construction Contract for General Construction Projects Primarily for the Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Small Business Multiple Award Construction Contract focused on general construction projects primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point in North Carolina. The contract, set aside for small businesses under NAICS code 236220, aims to enhance construction capabilities with an estimated value of up to $495 million over five years, including a 'seed project' for the Design Wing Relocation at Camp Lejeune. Interested contractors must demonstrate their qualifications through detailed project experience and past performance evaluations, with proposals subject to a comprehensive review process emphasizing both price and technical merit. For further inquiries, potential bidders can contact Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil, with proposal submissions due by the specified deadline.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    Base Housing Demolition (Multiple Locations)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified small business contractors for the demolition of fifty-seven base housing structures at Marine Corps Base Camp Lejeune in North Carolina. The project requires comprehensive demolition services, including the management of associated utilities and pavement, with an emphasis on regrading the sites to ensure positive drainage. This initiative underscores the government's commitment to small business participation in federal contracting, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by February 19, 2025, to Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil for consideration.