P325 HUMAN PERFORMANCE TRAINING CENTER
ID: N4008525R2563Type: Solicitation
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 Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the construction of the P-325 Human Performance Training Center at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This Design-Build project involves constructing a two-story, 40,000 GSF training center for Naval Special Warfare, which includes the demolition of three existing buildings and emphasizes high-performance standards and sustainable building practices. The project is crucial for enhancing the operational capabilities of Special Operations Forces personnel and adheres to federal regulations and standards for military facilities. Interested contractors must submit proposals electronically by April 22, 2025, with an estimated contract value between $25 million and $100 million, and a pre-proposal site visit is scheduled for March 20, 2025. For further inquiries, contractors can contact Angela Clifton at angela.j.clifton2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.

    Files
    Title
    Posted
    The Naval Facilities Engineering Command (NAVFAC) is soliciting offers for the P-325 Human Performance Training Center at JEB Little Creek-Fort Story, Virginia Beach, VA, under Solicitation No. N4008525R2563. This Design-Build project entails constructing a two-story, 40,000 GSF training center for Naval Special Warfare, including the demolition of three existing buildings. The project emphasizes high-performance standards and the integration of sustainable building practices. Interested contractors must comply with the terms of the existing Indefinite Delivery Indefinite Quantity (IDIQ) contracts and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE). The contract value is estimated between $25 million and $100 million, with a completion timeframe of 859 calendar days post-award, including potential penalties for delays. Proposals will be evaluated based on technical solutions and past performance, with a focus on demonstrating the contractor's understanding of project requirements and management capabilities. The deadline for proposal submission is April 22, 2025. A pre-proposal site visit is scheduled for March 20, 2025, where attendees must secure base access in advance. This procurement process aligns with federal contracting regulations, aiming to ensure best value and technical acceptability in construction contracts for military facilities.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic, has issued a Sources Sought Notice (N40085-25-R-2563) to identify small business contractors capable of providing construction services for a P-325 Special Operations Forces Human Performance Center at JEB Little Creek-Fort Story in Virginia Beach, VA. This notice is a market research tool and not a solicitation; the government seeks responses specifically from service-disabled veteran-owned small businesses, HUB-Zone, 8(a), women-owned small businesses, and standard small businesses, while large businesses are excluded. The project involves designing and constructing a 40,000 GSF two-story facility, including various specialized training and rehabilitation spaces, site improvements, and the demolition of specified buildings. Expected project costs range between $25,000,000 and $100,000,000. Interested parties must demonstrate relevant experience on projects of similar size, scope, and complexity, provide bonding capacity, and identify their small business status. All submissions are due by December 18, 2024, and must be sent electronically, adhering to specific guidelines and information requirements. This process aims to facilitate appropriate acquisition decisions and align government requirements with industry capabilities.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic has issued a Sources Sought Notice (N40085-25-R-2563) to conduct market research for the construction of the P-325 SOF Human Performance Center at JEB Little Creek-Fort Story in Virginia Beach, VA. This notice is aimed at identifying eligible small businesses, particularly those owned by service-disabled veterans, women, and HUBZone participants, capable of fulfilling the project requirements. The facility will encompass a two-story building, totaling 40,000 GSF, featuring physical therapy, hydrotherapy, and sports psychology suites, among other spaces, with site improvements including an artificial turf exercise field. The construction costs are projected between $25 million and $100 million. Responses are due by December 18, 2024, and must adhere to specific guidelines including submitting a detailed experience of relevant construction projects. This notice serves as an initial step towards possible contract award in March 2025 and aims to tailor procurement processes based on the capabilities demonstrated by interested businesses. The NAICS code for the project is 236220, with a small business size standard of $45 million.
    The document details the Request for Proposal (RFP) for the construction of the Special Operations Forces Human Performance Center (P-325) at JEB Little Creek-Fort Story in Virginia Beach, submitted by Clark Nexsen, Inc. It outlines general requirements, administrative procedures, performance specifications, and project objectives. The proposal is divided into six parts, addressing various aspects such as project timelines, safety measures, construction quality control, and government approvals. Key highlights include strict access control regulations requiring U.S. citizens for construction in secure areas and various submission requirements for preconstruction documents. Emphasis is placed on sustainability reporting, quality assurance meetings, and the need for collaboration between contractors and government entities during the design and construction phases. Additionally, the document specifies procedures for contractor access, insurance requirements, and post-award meetings to ensure effective communication and completion of project milestones. Overall, it serves as a comprehensive guideline for managing the design and construction process while adhering to federal regulations and standards.
    The document outlines the final Request for Proposal (RFP) submission for the P-325 Special Operations Forces (SOF) Human Performance Center at the Joint Expeditionary Base Little Creek-Fort Story in Virginia. Prepared by Clark Nexsen, Inc., the submission includes architectural, structural, mechanical, electrical, and landscaping designs alongside essential attachments such as equipment summaries, water flow test reports, and geotechnical assessments. The project adheres to various applicable building codes and lays out safety analyses, including means of egress and fire resistance ratings. With a detailed breakdown of the building's design, occupancy classifications, egress requirements, and specified equipment, the submission reflects the government's commitment to developing a state-of-the-art facility aimed at enhancing the operational capabilities of SOF personnel. This initiative highlights the systematic approach to ensuring safety, compliance with regulations, and efficient functionality aimed at supporting human performance training within military contexts. Overall, the document serves as a comprehensive guide for implementing critical infrastructure improvements in line with federal grant and RFP guidelines.
    The document appears to be a brief notice pertaining to the availability of the USSOC logo, likely indicating branding and promotional elements related to the United States Special Operations Command (USSOC). While it lacks substantive details regarding specific requests for proposals (RFPs) or grant opportunities, it suggests a potential context for future engagements or initiatives under USSOC. This notice may be relevant for contractors or vendors seeking to align with USSOC branding in proposals or marketing efforts. The logo availability implies an interest in standardizing branding across communications, reinforcing brand identity and fostering collaborations in areas related to defense and special operations. However, the overall content does not provide extensive information about ongoing or upcoming programs.
    The document is a "Sources Sought – Contractor Information Form," designed for contractors to provide essential business details in response to government Requests for Proposals (RFPs). The form collects general information, including the contractor's EIN, CAGE Code, firm name, contact details, and specify the type of business (e.g., SBA certified 8(a) or Woman Owned Small Business). Furthermore, it requires information regarding bonding capacity, including the surety name and maximum bonding capacities for individual and aggregate projects. Additional space is allocated for clarifying any information. The form's structure maintains a straightforward format, emphasizing brevity and clarity while explicitly instructing not to alter its content. Its primary purpose is to gather information that may aid government agencies in assessing potential contractors for upcoming projects, facilitating a comprehensive understanding of the capabilities and qualifications of various businesses in relation to federal and state opportunities. Overall, the document serves as a standardized template to streamline the initial stages of contractor evaluation in the public sector procurement process.
    The "Sources Sought – Project Information Form" is a required document for contractors bidding on government projects. It facilitates the submission of relevant project experience, allowing contractors to showcase up to five projects, with a maximum of two pages allocated to each. The form captures essential project details, including contractor name, contract numbers, project title, location, award date, final contract price, and completion percentage. It also distinguishes between the type of work performed, whether new construction, repair, or renovation, and identifies the contractor's role as either prime or subcontractor. The contractor must specify the type of contract (e.g., Design-Build) and provide a detailed project description, including self-performing work percentage. This form serves as an important evaluation tool for government agencies, helping them assess contractors' qualifications and experiences relevant to prospective projects. Its structured format ensures comprehensive documentation of each project’s scope, ownership, and execution details, ultimately supporting transparent and competitive bidding processes in alignment with government RFPs, grants, and local proposals.
    Similar Opportunities
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P-909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    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.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    Y--P791Small Arms Testing and Evaluation Center (SATEC) Range Expansion, JEB Little Creek Fort Story Virginia Beach, Virginia
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the expansion of the Small Arms Testing and Evaluation Center (SATEC) Range at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves the construction of seven new training buildings made of reinforced concrete, capable of withstanding ballistic impacts and repetitive breaching. The buildings will support lighting, video monitoring, sound, and other equipment. Additionally, a new Range Control Building will be constructed for control, safety, and monitoring activities. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of the contract is August 2018, with a completion time of 605 calendar days after award.
    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 (NAVFACSYSCOM) Washington, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, 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 project is critical for enhancing living conditions for enlisted personnel and ensuring compliance with Department of Defense standards. Interested contractors, specifically those on the list of MACC holders, must submit their proposals electronically by February 25, 2025, and are encouraged to attend a pre-proposal conference on January 29, 2025. For inquiries, contact Lindsay Brown at lindsay.naill@navy.mil or Damila Adams at damila.adams@navy.mil.
    MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing fire protection measures, all while ensuring compliance with safety and environmental regulations. The modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, with a minimum requirement for small business participation set at 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
    DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, located in Virginia Beach, Virginia. The project aims to enhance operational efficiency by modernizing control systems critical for facility management, with an estimated contract value between $250,000 and $500,000. This initiative is part of a broader federal effort to maintain and improve infrastructure, ensuring that facilities operate optimally. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals by March 12, 2025, following a mandatory site visit scheduled for February 26, 2025. For further inquiries, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
    INDUSTRY DAY FOR DESIGN-BUILD, RM24-3467 RENOVATE SP17 FOR FLEET LEGAL SERVICES, NAVAL STATION NORFOLK, NORFOLK VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is hosting a virtual Industry Day on March 18, 2025, to discuss the renovation of Building SP-17 for Fleet Legal Services at Naval Station Norfolk, Virginia. This design-build project, with an estimated construction cost between $100 million and $250 million, aims to create a Fleet Legal Services Complex (FLSC) that will serve as the primary legal support facility for the U.S. Navy Second Fleet, incorporating both prefabricated modular construction and conventional renovations. Interested contractors are required to RSVP by March 17, 2025, to gain access to the Industry Day meeting link, which will feature project presentations and a Q&A session with NAVFAC’s design team, ahead of the anticipated project advertisement scheduled for April 2025. For further inquiries, contractors can contact Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.
    Pre-Solicitation Design-Bid-Build, for the P440 & 441 Recruit Barracks, Marine Corps Recruit Depot (MCRD) Parris Island, South Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for a pre-solicitation design-bid-build project to construct two new recruit barracks at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. This project aims to support gender-integrated training within a campus setting and is expected to last approximately 1,111 calendar days post-award, with the contract award anticipated by August 2025. The estimated value of the contract ranges from $100 million to $250 million, and it is classified as "Unrestricted," allowing full competition among contractors, although a subcontracting plan is required for larger businesses. Interested parties should register in the System for Award Management (SAM) and can direct inquiries to Scott Schulz at scott.c.schulz.civ@us.navy.mil or by phone at 757-341-0082. Drawings and specifications will be available with the solicitation, expected to be released around March 19, 2025.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.