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
  1. 1
    Posted Mar 5, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 6:00 PM UTC
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 state-of-the-art 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 extended to May 9, 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
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Dec 3, 2024, 5:08 PM UTC
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.
Dec 4, 2024, 11:11 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Dec 4, 2024, 11:11 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Apr 23, 2025, 8:09 PM UTC
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.
Dec 4, 2024, 11:11 PM UTC
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.
Lifecycle
Title
Type
Similar Opportunities
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
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.
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including the installation of RF shielding, reconfiguration of spaces, and establishment of secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors, specifically those holding the appropriate indefinite-delivery contracts, must submit their proposals by May 5, 2025, following a mandatory site visit on April 9, 2025, and inquiries due by April 22, 2025. For further information, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
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 Systems Command, is soliciting proposals for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This Design-Bid-Build project aims to enhance the facility's operational capabilities by rebuilding caisson seats, refurbishing the dock floor, and constructing new utility systems, with a focus on safety and environmental compliance. The modernization is critical for supporting submarine repairs and ensuring the Navy's long-term mission readiness. Interested contractors must submit their proposals electronically by June 6, 2025, with a minimum small business participation requirement of 20% of the contract value. For further inquiries, contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges, JEB Little Creek - Fort Story Base, Little Creek Site
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the de-leading and repair of berms on outdoor ranges at the Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project aims to ensure environmental safety and operational efficiency by removing lead and debris from impact berms, with an estimated completion period of 180 days post-award and a project cost ranging from $500,000 to $1,000,000. This initiative is critical for maintaining safety standards at military training facilities while adhering to regulatory requirements. Interested small businesses must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) by April 4, 2025, and can direct inquiries to Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or Katherine Dinneen at katherine.dinneen@navy.mil.
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 initiative, designated as 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 will be awarded to selected contractors from a list of MACC holders, with electronic submissions due by February 25, 2025. Interested parties should direct inquiries to Lindsay Brown or Damila Adams, and a pre-proposal conference is scheduled for January 29, 2025, emphasizing the need for compliance with wage determinations and bonding requirements throughout the project lifecycle.
P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-1458 2nd Radio Battalion Complex, Phase 2, which includes a Parachute Maintenance Facility and a Supply Warehouse at Camp Lejeune, North Carolina. The project entails designing and constructing facilities that comply with Anti-Terrorism/Force Protection (ATFP) standards, featuring specialized construction elements such as reinforced concrete structures and advanced mechanical systems. This procurement is critical for enhancing military capabilities and ensuring operational efficiency within federally funded projects, with an estimated budget of approximately $18,030,800 and a completion timeline of 780 days post-award. Interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or by phone at 757-341-0559.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring, ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548 for further details.