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.