P325 HUMAN PERFORMANCE TRAINING CENTER, JEB FORT STORY LITTLE CREEK, VIRGINIA BEACH, VIRGINIA
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 Design-Build project of the P-325 Human Performance Training Center at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project involves constructing a two-story, 40,000 square foot facility aimed at enhancing the operational capabilities of Naval Special Warfare personnel, focusing on injury prevention, rehabilitation, and performance enhancement. The contract value is estimated between $25 million and $100 million, with a proposal submission deadline of June 11, 2025, and a pre-proposal site visit scheduled for March 20, 2025. Interested contractors can contact Angela Clifton at angela.j.clifton2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further details.

    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.
    This document is an amendment to a government solicitation for a project related to the Human Performance Training Center at JEB Little Creek-Fort Story in Virginia Beach, Virginia. It outlines critical procedures for bidders to acknowledge the amendment, stressing that failure to acknowledge receipt may lead to rejection of their offers. The amendment also integrates responses to specific bidder inquiries regarding funding for various items within the project, confirming that only items explicitly included in the Furniture, Fixtures, and Equipment (FFE) package will be funded. Additionally, it clarifies the inclusion of specific price proposal line items in total price calculations. The document also references the need for contractors to sign and return copies of the amendment. Overall, it emphasizes the importance of compliance with solicitation terms and clarifies funding parameters for project-related expenses, aligning with government contract procurement standards.
    This document outlines the procedures that must be followed regarding amendments to a federal solicitation, specifically for the Design-Build (DB) project for the P-325 Human Performance Training Center at JEB Little Creek-Fort Story, Virginia Beach. Offerors are required to acknowledge receipt of the amendment by specified methods before the deadline; failure to do so may result in offer rejection. The document details required acknowledgment procedures, such as submitting signed amendment copies or sending a separate letter referencing the solicitation. It also mentions changes incorporated by the amendment, particularly regarding IAP in reference to PPI #5. The document concludes by specifying the points of contact and further administrative details. Overall, the main purpose is to ensure clarity and compliance with solicitation amendments within federal contracting, reflecting the structured organization required in government RFPs and grants.
    This government amendment addresses responses to pre-proposal inquiries (PPI) and updates to solicitation documents for the Design-Build project of a Human Performance Training Center at JEB Little Creek-Fort Story. Key updates include revisions to the Price Proposal Form, clarification of scope for various construction options, and modifications to wage determinations. It emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of proposals and mentions that changes to previously submitted offers can be made within specific parameters. The amendment outlines requirements for submitting inquiries and reinforces that the proposal due date remains unchanged despite requests for an extension to accommodate for complexities of the task order. It stipulates the conditions under which submissions must be made, including deadlines and specific points of contact. Furthermore, it includes a continuation page for additional details and further instructions relating to the project’s procurement process, reinforcing the government's commitment to clear communication and procedural compliance throughout the solicitation process. This document serves as an essential guide for contractors to navigate the terms associated with submitting their proposals efficiently.
    The document pertains to amendment 0005 of a federal solicitation for the Design-Build project of a Human Performance Training Center located at JEB Little Creek-Fort Story in Virginia Beach, VA. It outlines the procedures for acknowledging receipt of the amendment and details the modifications made to the original solicitation, including clarifications and revisions based on questions submitted by potential contractors. Key modifications include the correction of references from canceled specifications (FC 4-740-02N) to the current UFC 4-740-02 and adjustments to project specifications concerning various engineering systems and equipment requirements. The amendment also emphasizes contractor responsibilities regarding design choices and equipment specifications, notably for systems dealing with humidity, heating, and cooling. Contractors must provide designs that align with the outlined specifications and respond accordingly to queries outlined in the amendment. This document is vital for ensuring contractors understand the necessary changes and submit compliant proposals before the specified deadline.
    The document outlines Amendment 0006 to the solicitation for the Design-Build project of the Human Performance Training Center at JEB Little Creek Fort Story, Virginia Beach, VA. The amendment incorporates responses to Proposer's Questions (PPIs) and extends the proposal due date from April 22, 2025, to May 9, 2025, at 2:00 PM local time. Key amendments address inquiries regarding project details, such as the provision of the approved DD1391 document, design specifications for the turf field, and the responsibility for various design elements, including lighting, vending requirements, and maintenance standards. The amendment clarifies ambiguities in design requirements, reiterating that the design responsibility lies with the Offeror's Designated Organization Representative (DOR) for compliance with project specifications. Additionally, it addresses industry practices concerning materials and project conditions, confirming acceptance of electronic signatures for bidding documents. This amendment emphasizes the importance of timely acknowledgment of the changes to ensure offer acceptance, reflecting procedural adjustments within federal contracting processes.
    This document details Amendment 0007 of the solicitation for the Design-Build project of the Human Performance Training Center at JEB Little Creek Fort Story in Virginia Beach. Its primary purpose is to incorporate responses to proposals for improvements (PPI), revised specifications, and updates regarding the project timeline, extending the proposal due date to May 9, 2025, for adequate preparation time. The amendment addresses specific queries from contractors concerning project specifications, such as requirements for a secure space, electrical infrastructure, and HVAC systems. It clarifies ambiguities and outlines the responsibilities of the Designer of Record (DOR) regarding design compliance with applicable engineering and environmental standards. Key revisions include updates to submission requirements for Technical Solutions and Labor Force Narratives, emphasizing contractor qualifications and design expectations. Overall, the document reinforces project parameters and expectations to ensure adherence to government procurement standards while facilitating contractor compliance with technical and legal stipulations favorable for project execution.
    This document serves as Amendment 0009 for a solicitation regarding the design and construction of the Human Performance Training Center at JEB Little Creek, Virginia Beach. It includes various important updates related to the Request for Proposal (RFP), specifically incorporating responses and revisions to Pre-Proposal Inquiries (PPIs). Significant changes include the extension of the proposal due date from May 9, 2025, to May 21, 2025, and adjustments to project timelines and requirements, particularly concerning technical proposals and construction performance expectations. The amendment outlines the necessity for proper acknowledgment of the receipt of this amendment by bidders and emphasizes which methods can be used for submitting changes to previously submitted offers. It also clarifies conditions related to acoustics requirements (STC ratings) in certain rooms, and addresses contractor responsibilities for design strategies regarding HVAC systems and room acoustics. Additionally, amendments specify the need for detailed designs, project scheduling, and documentation, aiming to enhance project competitiveness and compliance. Overall, this amendment aims to ensure clarity in project requirements and facilitate a smoother bidding process for potential contractors.
    The document is an amendment to a solicitation (N40085-25-R-2563) related to the Design-Build of a Human Performance Training Center at JEB Little Creek Fort Story in Virginia Beach. It outlines the process for acknowledging the amendment, specifies required responses to pre-proposal inquiries (PPIs), and states changes to original specifications based on contractor questions. Key amendments include adjustments to timeframes for construction, quotes requiring clarity on operational sequencing for demolition and necessary building performance standards, updated specifications on materials, and technical requirements for construction. Notably, the amendment clarifies contractor housing relocation conditions and acronyms related to project requirements. The document maintains the project's initial focus on enhancing the facility while incorporating necessary adaptations based on contractor feedback, ensuring compliance with federal and local building codes and regulations. Overall, it aims to facilitate efficient project execution by clarifying expectations and technical details for contractors involved in the bidding process.
    This document serves as an amendment to a solicitation for the Design-Build (DB) project of the P-325 Human Performance Training Center at JEB Little Creek-Fort Story in Virginia Beach, Virginia. It outlines several key changes: incorporation of revised responses to proposals, updates to the project procedures and liquidated damages, and an extension of the proposal due date from May 21, 2025, to May 28, 2025. The amendment emphasizes the importance of lifecycle cost analysis (LCCA) regarding HVAC systems as stipulated in the Uniform Facilities Criteria (UFC). It also addresses the scheduling impacts caused by phasing requirements, leading to potential extensions in the period of performance by up to 90 days due to demolition processes. Additionally, amendments detail updated liquidated damages for project phases and confirm necessary attachments, such as wage determinations and special project procedures. Overall, this document ensures compliance with federal procurement regulations while clarifying project expectations for bidders to foster competitive and accurate responses to the RFP.
    This document serves as an amendment to the solicitation N40085-25-R-2563 for the Design-Build (DB) project of the Human Performance Training Center at JEB Little Creek-Fort Story, Virginia Beach, VA. The key changes outlined in this amendment include revisions to the liquidated damages and the timeline for project completion. Specifically, the daily penalty for delayed completion has been altered: for Phase A, the new timeline allows 919 calendar days with a penalty of $3,468 per day, and for Phase B, the completion timeframe is now 150 calendar days, with a reduced penalty of $128 per day. Overall, the cumulative time for both phases combined is set at 1,069 days after the contract award. Furthermore, the completion deadline for the entire task order has been updated to reflect these changes, now totaling 919 days for Phase A and 150 days for Phase B. The acknowledgment of this amendment is mandatory for contractors to ensure their submitted offers are considered valid. Overall, this document reinforces compliance and procedural clarity for contractors engaged in government RFPs and contracts, aiming to ensure timely project execution under adjusted parameters.
    This document outlines an amendment to a solicitation regarding the Design-Build project for the Human Performance Training Center at JEB Little Creek-Fort Story, Virginia Beach, VA. The primary purpose of this amendment is to extend the proposal due date from May 28, 2025, to June 11, 2025, at 2:00 PM local time. It indicates that the acknowledgment of receipt for the amendment must be submitted prior to the specified deadline to avoid rejection of the offers. The amendment details the method of acknowledgment and reinforces that all other terms and conditions of the original solicitation remain unchanged and enforceable. This procedural adjustment signifies compliance with federal regulations, ensuring contractors have adequate time to prepare and submit their proposals while maintaining the proposal's integrity within the federal contracting framework.
    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 primarily focuses on the processes surrounding federal and state government Requests for Proposals (RFPs) and grants. It likely discusses the importance of these documents in securing funding and services for public projects. Key points include outlining the procedural requirements for submitting proposals, eligibility criteria for applicants, and guidelines for ensuring compliance with governmental standards. Additionally, it may touch upon the evaluation metrics used to assess proposals, such as innovation, cost-effectiveness, and the potential impact on community needs. By detailing the steps involved in the RFP process, the document aims to assist stakeholders in understanding how to effectively navigate the submission landscape to enhance their chances of receiving federal and state funding. This framework is essential, as it explains the relationship between accountability, transparency in government spending, and successful project execution within public sector initiatives. Overall, the document serves as a resource for agencies and organizations looking to engage effectively with government contracts and funding opportunities.
    The document outlines the Price Schedule for Project P325 - Human Performance Training Center, detailing various line items for cost proposals. It specifies the need for bidders to provide unit prices for multiple components, including sitework, design, foundation piling, and asbestos removal. Additionally, option items, including field construction and other enhancements, are included but are not mandatory for the contract award. Key bid notes emphasize that the total award will be based on the combined prices of all line items, including options, and that certain restrictions apply to the award of the options. The Government retains the right to evaluate options separately and requires transparent pricing to avoid unbalanced bids. The document also addresses requirements for bonding, noting that additional bonds may be required if option items are activated and specifies terms related to ESS, FF&E, and A/V equipment. Offerors are permitted to propose a Handling and Administration Rate that will cover total costs related to procurement and installation. Overall, the document serves as a guideline for bidders to ensure compliance with federal requirements while allowing for flexibility in pricing and project execution.
    The site visit log details the proposal process for the Design Build of the P325 Human Performance Training Center at JEB-Little Creek, Virginia Beach, scheduled for a site visit on March 20, 2025, with a proposal due date of April 22, 2025. Various representatives from NAVFAC and other companies, including estimators and project managers, attended the site visit. Key contact information is provided for each attendee.
    The document outlines the Total Building Commissioning process for a federal construction project involving multiple systems, including HVAC, plumbing, electrical, and building envelope categories. The Government has engaged an independent Commissioning Firm responsible for coordinating responsibilities among the Commissioning Team, which consists of specialists, contractors, and equipment suppliers. Key elements include: - Clearly defined roles for the Lead Commissioning Specialist, Commissioning Specialists, Designers of Record, Installing Contractors, and Equipment Suppliers, each with specific responsibilities in the commissioning process. - Mandatory compliance with sustainability standards and ASHRAE Standard 90.1 for energy efficiency. - Commissioning requirements must be documented, reviewed, and approved at various stages: design phase, construction phase, and post-construction phase, including detailed checklists, testing, and performance evaluations. - Emphasis on communication between team members, strict adherence to timelines, and the importance of tracking unresolved issues during the commissioning process. This comprehensive approach ensures that all systems within the project are properly tested and validated to meet intended performance specifications, reflecting the Government's commitment to efficient, sustainable building practices while adhering to statutory and regulatory frameworks for federal projects.
    The Installation Appearance Plan (IAP) for Joint Expeditionary Base Little Creek – Fort Story (JEBLC-FS) provides guidelines for the visual development of the installation’s exterior environment, aimed at enhancing quality of life for personnel. It allows design flexibility while ensuring the aesthetic cohesion of facilities across the base. The IAP integrates sustainable design principles and focuses on creating a unified appearance between the previously separate bases of Little Creek and Fort Story, each retaining their unique character. The plan is structured around several key components, including Regulating Plans that define various development zones (such as Required and Non-Required Build-To-Line zones), building envelope guidelines, and architectural exterior material guidelines. It emphasizes the use of native species in landscaping and outlines specific street and signage guidelines to foster accessibility and organization. The IAP serves as a dynamic, editable document aligning with Navy objectives, enabling ongoing adjustments to meet the evolving needs of the installation while complying with anti-terrorism measures. It represents a strategic approach to the future growth and revitalization of JEBLC-FS, ensuring facilities remain visually connected to their environment while honoring their individual identities. Overall, the IAP is a comprehensive framework guiding both new construction and renovations to foster a cohesive and appealing base aesthetic.
    The document outlines specifications for procuring hydrotherapy and climbing wall equipment for the SOF Human Performance Center at JEB Little Creek-Fort Story, Virginia. It details the requirements for a pre-packaged hydrotherapy pool, which includes integral underwater treadmills and resistance jets, constructed from structural aluminum, to maintain a water temperature of 85°F. The specifications also encompass polar plunge pools that must maintain a cold temperature of 50°F, and thermal plunge pools for warm therapy, ranging between 94°F to 104°F. Each pool design is to include advanced features such as filtration systems, heaters, and user-friendly controls. Furthermore, a climbing wall measuring 34’ in width and 28’ in height is specified, requiring coordination with the Contracting Officer to meet safety and manufacturing standards. The document identifies approved manufacturers for each type of equipment, emphasizing compliance with the outlined specifications. Overall, this request for proposals (RFP) serves to enhance the facility's therapeutic capabilities while ensuring the highest quality and safety standards for users. The comprehensive requirements reflect the government's commitment to improving health and performance resources within military and veteran institutions.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC MIDLANT) has authorized the use of brand name commercial equipment, specifically advanced metering infrastructure (AMI) electric meters and associated software from Schneider Electric and EIG, to ensure compatibility with the existing FEC networked facilities control and monitoring system at MIDLANT installations. This authorization extends from August 31, 2023, to August 30, 2026, under the statutory authority of Title 10, U.S.C. § 3204(a)(1), given the necessity for standardization, interoperability, and cybersecurity compliance. Additionally, NAVFAC MIDLANT determined that no competitive bids were practical, as there were no responses to a sources sought announcement, indicating a lack of alternative products meeting the requirements.
    The document outlines a Price Schedule related to the Request for Proposal (RFP) for the construction of the Human Performance Training Center (Project P325). It details various line items for pricing, including base and optional items associated with the project. Each component, such as sitework, design, foundation piling, and asbestos removal, is specified with quantities and unit prices to be filled in by potential bidders. Additionally, the schedule mentions optional items for further enhancements, including field construction, lighting, demolitions, and electronic security systems, accompanied by guidelines for pricing and bonding requirements. Key bid notes clarify evaluation criteria and the government's rights regarding option awards within 60 days of contract award. The offerors are cautioned about the potential rejection of unbalanced bids and the necessity of executing a performance bond covering all awarded items. Further stipulations regarding the Handling and Administration Rate (HAR) for specific line items, along with bonding requirements tied to future awards, ensure a clear framework for the bidding process. This document serves as a comprehensive guide for contractors to submit their proposals in alignment with government procurement processes.
    The document outlines special project procedures for contractors involved with the construction at the P-325, SOF NSWG-2 Human Performance Center at JEB Little Creek-Fort Story in Virginia Beach. It emphasizes the need for contractors to coordinate with both military and civilian airfields, particularly Norfolk International Airport. Key definitions regarding landing areas, safety precaution areas, and FAA notification requirements are provided. Contractors must adhere to federal regulations, specifically pertaining to construction height and proximity to air traffic, ensuring necessary FAA submissions 60 days prior to operations. Safety measures include appropriate markings and lights for equipment, particularly during construction activities affecting airfield operations. The document stipulates that all work schedules must align with aircraft operating times to ensure safety. It establishes comprehensive guidelines for defining landing areas, coordinating with air traffic authorities, and managing potential hazards to ensure compliance with FAA standards and operational safety. This specification serves as a crucial framework for contractors to navigate regulatory requirements while executing construction projects affecting navigable airspace.
    The document appears to be a corrupted or heavily obfuscated file, potentially containing information regarding federal Request for Proposals (RFPs), grants, and state or local funding opportunities. While it lacks coherent textual content, any existing structure or key themes related to government solicitations are obscured, rendering it challenging to discern specific topics or key ideas. Judging by the context of RFPs and grants, one could infer that such documents typically outline funding opportunities for organizations, detail application processes, and specify eligibility requirements for various stakeholders, including local governments and non-profits. However, due to the current unreadable state of the text, no substantive summary of its actual contents can be derived. The intended focus seems to be on facilitating funding and project proposals within governmental and community contexts, supporting public initiatives.
    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 document outlines a proposed construction project for a Human Performance Training Center at Joint Expeditionary Base Little Creek-Fort Story, VA, with an estimated cost of $36 million. This facility aims to support the Naval Special Warfare Groups, focusing on areas including injury prevention, rehabilitation, and performance enhancement for special operators. The existing center is inadequate, requiring the demolition of three structures to build a new, state-of-the-art facility that meets the Department of Defense high-performance and sustainability standards. The project entails constructing a 40,000 square foot center with necessary utilities, parking, and anti-terrorism features. It is designed to enhance combat readiness by improving recovery times and reducing injury rates among personnel. The construction strategy is designated as design-build, with an expected completion date in December 2027. The facility aims to offer integrated training for various physical and psychological aspects critical to the operational effectiveness of special forces. Failure to provide this facility may negatively impact the readiness and longevity of military personnel involved in critical missions globally.
    The document outlines an amendment to a solicitation for the Human Performance Training Center at JEB Little Creek-Fort Story, Virginia. It details the acknowledgment procedures for the amendment, essential for ensuring offers are accepted, and specifies methods for contractors to confirm receipt. Key elements of the amendment include the incorporation of a site visit log, responses to submitted questions (PPI), and revised specifications. The amendment suggests modifying the evaluation process for proposals to better align with the low price technically acceptable (LPTA) selection criteria, emphasizing concerns regarding the current technical requirements. A particular specification for total building commissioning has been updated. Overall, the document serves to clarify and adjust critical aspects of the solicitation and contract to promote competitive bidding and compliance.
    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
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    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.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is preparing to solicit proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity Norfolk, Virginia. This project aims to construct a permanent modular facility that will provide essential administration and operational spaces for NATO JFCNF, including site preparations, utility tie-ins, and various construction services. The contract, valued between $100 million and $250 million, is expected to be awarded by April 2026, with a completion timeline of 730 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    Navy Recruiting Center, Virginia Beach, VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,400 usable square feet of commercial retail space in Virginia Beach, VA, to serve as a Navy Recruiting Center. The space must meet specific requirements, including a secondary egress, adequate parking for five government vehicles, and compliance with various safety and accessibility standards. This procurement is crucial for supporting military recruitment efforts and ensuring operational efficiency. Proposals are due by 2:00 PM on December 22, 2025, and interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    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.