ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

FY26 Multiple Location BEQ Spalling Repairs

DEPT OF DEFENSE N4008526R9041
Response Deadline
Jun 8, 2026
31 days left
Days Remaining
31
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of the Navy, through NAVFACSYSCOM Mid-Atlantic and ROICC Camp Lejeune, is seeking a contractor for FY26 multiple-location Bachelor Enlisted Quarters spalling repairs at Marine Corps Base Camp Lejeune, North Carolina. The work covers concrete spalling repairs and protective coating application at multiple BEQ buildings, including exterior walkways, stems, and balconies, with the contractor furnishing all labor, materials, equipment, and supervision. The project requires surface preparation, removal of unsound concrete, anti-corrosion treatment of exposed steel, and application of a protective coating system with a non-slip additive, while coordinating with occupied facilities and meeting the stated technical and environmental requirements. Performance is 720 days after award, award is based on lowest price, and only eligible preselected General MACC contractors may submit proposals. Proposals are due by June 8, 2026 at 2:00 PM EST and must be submitted by email.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2JZ
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS

Solicitation Documents

7 Files
Amend 0001.pdf
PDF850 KBMay 8, 2026
AI Summary
Amendment 0001 to Solicitation N40085-26-R-9041 for Project 26-0417,
RFP 260417.pdf
PDF833 KBMay 8, 2026
AI Summary
The solicitation N40085-26-R-9041, titled "FY26 Multiple Location BEQ Spalling Repairs" for MCB Camp Lejeune, North Carolina, is an RFP issued by ROICC Camp Lejeune. The project, with an estimated cost between $5,000,000 and $10,000,000, involves spalling repairs across multiple Bachelor Enlisted Quarters (BEQ) buildings: HP195, BB265, M430, M435, BB260, and BB270. Only seven pre-selected contractors are eligible to submit proposals. The contract completion date is 720 days after award, with liquidated damages set at $880 per calendar day. Proposals are due by June 8, 2026, at 2:00 PM EST, and must be submitted via email. A site visit will be scheduled via amendment. The basis for award is the lowest price. Bond requirements vary based on the proposal amount: no bonds for less than $40K, payment bonds for $40K and greater, and bid, payment, and performance bonds for $150K and greater. The solicitation includes a wage determination for Onslow County, North Carolina, outlining prevailing rates for various construction trades. It also incorporates the "Notice of Buy American Requirement-Construction Materials Under Trade Agreements" clause, detailing requirements and evaluation procedures for domestic and foreign construction materials.
Typical Spalling Repairs Details.pdf
PDF53 KBMay 8, 2026
AI Summary
The document "TYPICAL SPALLING REPAIR DETAIL" refers to a standard repair method for spalling. In the context of government RFPs, federal grants, and state/local RFPs, this document would likely be a technical specification or detail included within a larger solicitation for construction, infrastructure repair, or maintenance projects. It provides a standardized approach for addressing concrete spalling, which is a common issue in various government-owned structures like bridges, buildings, or other concrete infrastructure. The detail would ensure consistency and quality in repairs performed by contractors, outlining specific materials, procedures, or finishes required to meet engineering and safety standards. This standardized detail helps clarify expectations for bidders and ensures durable, compliant repairs, reducing potential ambiguities in project execution.
Contractor Environmental Guide Updated Format_20231009 with ESOP.pdf
PDF4592 KBMay 8, 2026
AI Summary
The September 2023 Contractor Environmental Guide for Marine Corps Base Camp Lejeune and Marine Corps Air Station New River is a crucial resource for contractors to ensure compliance with federal, state, and local environmental laws and USMC policies. It covers essential topics such as the Environmental Management System (EMS), training requirements, air quality, emergency planning, cultural and natural resources, hazardous materials and waste management, asbestos, lead-based paint, stormwater, solid waste, recycling, pollution prevention, and permitting. The guide emphasizes that contractors are responsible for understanding and adhering to all environmental regulations, completing mandatory EMS and general environmental awareness training, and immediately reporting any environmental issues or spills to the Resident Officer in Charge of Construction (ROICC) or Contract Representative. The document underscores the Marine Corps' commitment to environmental protection and sustained mission readiness through robust environmental management practices.
Combined DIV 01 DBB SPECS.pdf
PDF555 KBMay 8, 2026
AI Summary
This government file outlines the administrative, work restriction, payment, and submittal procedures for a construction contract at Marine Corps Base Camp Lejeune. Key aspects include project location, phased construction, protection of existing work, and underground facility location. Contractors must adhere to strict activity regulations, including DBIDS access requirements, no-smoking policies, and designated working hours. Special scheduling and security requirements, including UXO response training, are also detailed. Financial procedures involve a detailed schedule of prices, specific invoice content, and rules for progress payments. Administrative requirements cover photographic documentation, insurance, and superintendent qualifications. The Naval Facilities Engineering Command's (NAVFAC) eCMS is mandated for electronic document management, with specific naming conventions and security classifications for various documents. Submittal procedures specify classifications, review periods, and responsibilities for both the contractor and government, emphasizing timely and complete submissions.
26M069CN Mutiple Location BEQ Exterior Spalling Repairs SR.pdf
PDF88 KBMay 8, 2026
AI Summary
The document "SUBMITTAL REGISTER" outlines a comprehensive list of required submittals for a government contract, likely associated with federal or state RFPs. It details various categories of documentation, including preconstruction submittals (SD-01), product data (SD-03), test reports (SD-06), certificates (SD-07), and closeout submittals (SD-11). Key items include Accident Prevention Plans, Quality Control Plans, Activity Hazard Analyses, equipment schedules, traffic control plans, crane-related documentation, environmental protection plans, various test reports, and compliance certificates. The register also specifies closeout documentation such as the Submittal Register itself and transfer forms for military real property. The document emphasizes approval processes, required dates, and identifies the approving authority and contractor responsibilities. It serves as a critical tracking and compliance tool, ensuring all necessary project documentation is submitted and approved throughout the contract lifecycle.
26M069CN Mutiple Location BEQ Exterior Spalling Repairs SOW.pdf
PDF126 KBMay 8, 2026
AI Summary
The Statement of Work (SOW) for Project Number 26M069CN, issued on March 10, 2026, details comprehensive concrete spalling repairs and protective coating application for exterior walkways, stems, and balconies of multiple Bachelor Enlisted Quarters (BEQ) facilities. The contractor is responsible for providing all labor, materials, equipment, and supervision. Key tasks include surface preparation, demolition of unsound concrete, anti-corrosion treatment of exposed steel, and spall repairs to various locations. A complete protective coating system, incorporating a non-slip additive on walking surfaces, must be applied to all exterior surfaces. Technical specifications outline minimum performance criteria for epoxy-based concrete repair products and epoxy, acrylic, or urethane-based protective coating systems, emphasizing properties like compressive strength, UV stability, and water resistance. The SOW lists six specific buildings (HP195, M430, M435, BB260, BB265, BB270) with approximate quantities for spalling repair and coating application. Site conditions dictate that buildings will remain occupied, requiring the contractor to coordinate work schedules with designated points of contact for each facility to minimize disruption. The contractor is also responsible for securing all necessary permits, repairing any incidental damage, and legally disposing of all construction debris, with government-provided dumpsters strictly prohibited.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 7, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineJun 8, 2026
expiryArchive DateJun 23, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM MID-ATLANTIC

Point of Contact

Name
Jessica Huebner

Place of Performance

Camp Lejeune, North Carolina, UNITED STATES

Official Sources