P-7889 DENTAL CLINIC REPLACEMENT, MARINE CORPS RECRUIT DEPOT PARRIS ISLAND, SC
ID: N4008525R2500Type: 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 LABORATORIES AND CLINICS (Y1DB)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of a replacement Dental Clinic at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves the demolition of existing structures and the construction of a new two-story facility designed to provide comprehensive dental care for recruits and active-duty personnel, incorporating modern utilities, backup power, and compliance with safety and environmental standards. The initiative underscores the importance of enhancing military healthcare infrastructure while ensuring adherence to federal guidelines, with a minimum requirement of 20% participation from small businesses in the contracting process. Interested contractors must submit their proposals by April 14, 2025, and are encouraged to contact Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil for further inquiries.

    Files
    Title
    Posted
    The document pertains to the replacement of the dental clinic at the Marine Corps Recruit Depot (MCRD) Parris Island, South Carolina. It details the project scope, which includes constructing a new double-story dental facility designed as a mixed occupancy structure. The new clinic will support recruits and active-duty members with backup power and essential utilities, ensuring compliance with the 2021 International Building Code and various NFPA standards. Key elements include demolishing existing structures, incorporating antiterrorism measures, and adhering to environmental protection protocols. The project employs multiple engineering disciplines, including fire protection, structural, and plumbing. The client for this initiative is the Naval Facilities Engineering Command Mid Atlantic, and various engineers and consultants are involved, reflecting a collaborative approach to ensure quality control throughout the project's phases. This document serves as an essential resource for stakeholders involved in the planning and execution of the project, underlining the government's commitment to modernizing military medical facilities while enhancing safety and compliance standards.
    The document details specifications and requirements for the construction of a dental clinic replacement at the Naval Medical Center Parris Island, SC, under the oversight of the Naval Facilities Engineering Command. It emphasizes fire protection and life safety measures, complying with relevant codes including NFPA and UFC standards. Key features include the installation of an automatic sprinkler system throughout the facility, appropriate fire department access, and timely evacuation protocols for both business and ambulatory healthcare occupancies. The plan outlines the necessary fire resistance ratings for construction materials, the arrangement of exits, and occupant load calculations pertinent to safety regulations. Significant attention is given to hazardous materials guidelines alongside an effective fire alarm and mass notification system. Ultimately, the document serves to ensure compliance with safety and operational standards, contributing to the functionality and security of the installation while prioritizing the health and safety of its users.
    The document outlines the construction project for a Dental Clinic Replacement at MCRD Parris Island, SC, under the auspices of the Naval Facilities Engineering Command Mid-Atlantic. It details the project’s phases, including site preparation, demolition, and construction of the new facility, emphasizing the need for adherence to local and federal regulations. Key tasks include the installation of utilities, site grading, and environmental protections during construction. It specifies the contractor's responsibilities regarding existing utilities, environmental quality adherence, and safety measures for public protection. Additionally, it includes general notes on construction practices, grading, and handling of hazardous materials. The project aims to enhance healthcare delivery at the facility, ensuring safety compliance and minimal disruption to existing services. Overall, the document serves as a comprehensive guide for contractors to understand the requirements and processes for executing the project efficiently and responsibly.
    The document consists of timestamped entries attributed to James E. Donahue, R.A., dated September 12, 2024. These entries are repetitive in nature, marking specific times of day without presenting any substantive content or context. The absence of coherent text or descriptions suggests it may either be a logging or recording error, or it could represent a placeholder without further elaboration. Due to the lack of clear details or a specific topic, the purpose remains indeterminate. Consequently, there are no discernible key ideas, supporting details, or relevant information regarding federal RFPs, grants, or state and local initiatives. The document ultimately fails to meet the expected criteria for typical government documentation.
    The document consists of general structural notes and requirements related to the construction of a dental clinic replacement project at Parris Island, SC. It outlines construction guidelines to be adhered to by contractors, emphasizing compliance with various engineering codes and standards, such as UFC, IBC, and ACI. Key topics include definitions of intent for drawings, general requirements for structural design, seismic and wind load analyses, and specifications for foundations and slabs-on-ground. The document highlights the importance of coordination among various trades and mandates that structural elements be constructed according to specific strength and material criteria. It addresses the need for adequate ground improvement to mitigate risks associated with soil liquefaction during seismic events. Special inspections are required per IBC guidelines, and future construction provisions are outlined. This document serves as a comprehensive guide for contractors to ensure that all structural work is executed to the necessary standards and safety protocols, making it essential for the project's successful completion and compliance with federal construction regulations. The detailed requirements communicate a clear expectation for adherence to quality in both design and execution.
    The government document outlines the specifications for the Dental Clinic Replacement project at the Marine Corps Recruit Depot in Parris Island, SC. It includes a comprehensive materials legend featuring common abbreviations used throughout architectural and engineering plans. Essential guidelines focus on the criticality of establishing a continuous air barrier for the building's envelope, addressing air leakage and moisture management. The document stipulates that contractors are responsible for verifying air barrier quantities prior to testing, with detailed calculations required for optimal compliance with standards. Specific areas like wall, roof, and slab surface areas are outlined, with instructions for installation procedures that ensure airtightness at openings. The document serves as a foundational reference for the compliance of construction methods with federal guidelines, supporting the overarching goal of enhancing facility safety and energy efficiency. This project highlights the government's commitment to maintaining high standards in military medical construction while ensuring regulatory adherence and effective environmental management.
    The document outlines the plans for the replacement of the Dental Clinic at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina, as part of a project initiated by the Naval Facilities Engineering Command Mid-Atlantic. The replacement facility will support both recruits and active-duty personnel, incorporating backup power capabilities and various supporting infrastructure, including utilities and environmental protection measures. Key features of the project include the demolition of existing structures, adherence to modern building codes (like the 2021 International Building Code), and requirements for antiterrorism force protection measures. The clinic is designed as a two-story facility classified for mixed occupancy and aimed at providing comprehensive dental care. The document contains detailed engineering specifications, project communications, and logs indicating regulatory compliance, reflecting the meticulous nature of federal projects in terms of safety, environmental standards, and healthcare service delivery. It emphasizes collaboration among multiple engineering and consulting firms to ensure project approval and implementation timelines are met, showcasing a coordinated effort within the government framework for infrastructure development.
    The document outlines plumbing systems for the Dental Clinic Replacement project at Parris Island, SC, under the Naval Facilities Engineering Command Mid-Atlantic. It includes comprehensive plumbing legends and abbreviations necessary for proper installation, detailing various types of water and waste systems such as domestic hot and cold water, medical gases (oxygen, nitrous oxide), and sanitary and storm drainage systems. Key components also involve pressures and specifications for various types of valves, drains, and compressors to be installed. The document stresses that no piping should be embedded horizontally in concrete slabs and must follow detailed plans for coordination with existing systems. The successful execution of the plumbing work is critical to the clinic’s functionality, adhering to safety codes and standards as governed by federal and naval requirements. This document, therefore, serves as a technical guide for contractors responding to RFPs related to government-funded construction projects, ensuring both compliance and operational efficacy in healthcare settings.
    The document outlines the specifications and mechanical plans for the renovation of the Dental Clinic Replacement at the Marine Corps Recruit Depot (MCRD) in Parris Island, SC. It details the installation and modifications of ductwork, including demolishing existing systems and installing new duct systems, diffusers, valves, and various mechanical components, while adhering to insulation and material specifications. Key elements include pressure and temperature test ports, motorized control valves, and airflow measuring devices, all critical for proper HVAC functioning. The layout emphasizes accessibility for maintenance and compliance with safety standards. Throughout the document, mechanical symbols and abbreviations are employed to convey specific details about equipment and installations, ensuring clear communication among contractors and engineers. The intricate design and specifications reflect the commitment of the Naval Facilities Engineering Systems Command to delivering a functional and safe facility consistent with federal contract requirements. Additionally, the project highlights the broader effort to enhance healthcare facilities within military contexts, affirming the ongoing investment in military infrastructure and service member well-being.
    The document outlines the plans for a Dental Clinic Replacement project located at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. This initiative is managed by the Naval Facilities Engineering Command Mid-Atlantic and involves constructing a new two-story Dental Clinic designed to serve recruits and active duty personnel. The project scope includes utilities installation, site improvements, parking, and environmental protection measures, with the clinic built on elevated select fill to mitigate flood risks. Existing facilities, including the existing Dental Clinic and Pass & ID buildings, will be demolished. Key details include adherence to the International Building Code and National Fire Protection Association standards. This project reflects the U.S. Navy's commitment to enhancing healthcare facilities and ensuring operational readiness while emphasizing safety and compliance with applicable regulations throughout the construction process.
    The document outlines the electrical specifications and requirements for the Dental Clinic Replacement project at Parris Island by the Naval Facilities Engineering Command. It provides detailed guidance on the installation and configuration of panelboards, disconnect switches, transformers, inverters, and circuit breakers for essential power systems. Key naming conventions for equipment and panelboards are presented to ensure consistency across the installation. Moreover, the document emphasizes compliance with safety standards, including the NEC and NFPA, specifying clearances, arc energy reduction measures, and GFCI requirements. It integrates demolition and construction phases, requiring circuit tracing for site lighting before disconnecting existing electrical services. The contractor is responsible for disposal of outdated equipment and must coordinate with mechanical and plumbing trades for installations. The guidelines detail wiring paths, labeling requirements, and preventive measures against moisture and gas infiltration in conduits. The purpose of this document is to guide contractors in executing the electrical work while maintaining safety, regulatory compliance, and project coordination, ensuring the electrical infrastructure meets the operational needs of the new dental clinic.
    The document outlines the audiovisual (AV) infrastructure requirements for the Dental Clinic Replacement project at Parris Island, SC, managed by the Department of the Navy through NAVFAC. It specifies the symbols and functions for various AV devices, such as data jack locations, power outlets, and AV device placements. The project includes multiple display sizes (55", 65", and 75") with details on their mounting and electrical needs, including conduit specifications and placement of junction boxes. The design will integrate AV devices such as monitors, speakers, and control panels into the clinic's infrastructure, ensuring compliance with regulations and operational needs. These requirements are critical for the effective delivery of services at the facility, reflecting the government's commitment to modernizing healthcare environments while ensuring safety, functionality, and compliance with federal guidelines. The scope includes extensive planning for equipment installation and connectivity, underscoring the project’s complexity and the collaborative responsibilities of the project team.
    The document outlines specifications for the Telecommunications Infrastructure System (TIS) as part of a project at the Dental Clinic Replacement on Parris Island, SC. It details the types of voice and data outlets, their installation requirements, and associated cabling within the facility. Each outlet type, including wall-mounted, ceiling-mounted, and counter-mounted devices, is defined with corresponding cable specifications and installation notes. The instructions emphasize the importance of coordinating outlet heights with architectural elements and ensuring compliance with safety standards. It also describes the requirements for various telecommunications components such as telecommunications junction boxes, equipment racks, fiber optic distribution panels, and nurse call systems, underlining the need for flexible conduit and proper bonding. Each telecommunications aspect, including data pathways and security systems, is depicted along with installation considerations and synergy with mechanical and electrical designs. The document serves as a guiding framework for contractors to ensure that all telecommunication installations are effectively integrated and compliant with relevant military and federal requirements, reinforcing the government's commitment to modernizing infrastructure for operational efficiency and safety.
    The document outlines the specifications and installation requirements for a fire alarm and mass notification system (MNS) at the Dental Clinic Replacement facility on Parris Island, SC. It emphasizes that the system must include various components, such as addressable input and output modules, smoke detectors, and a control panel, and comply with relevant codes including UFC and NFPA standards. Key points include requirements for visual and audible notification devices, their installation heights, coverage areas, and ensuring clarity during alarms. The electric system's wiring specifications, conduit installation procedures, and system functionalities, including automatic controls for mechanical systems, are detailed. Additionally, the document mandates that permits be secured, and inspections conducted to ensure compliance with building codes and safety measures. It underscores the interconnectedness of the fire alarm system with mechanical and electrical systems, establishing a unified operational structure. This comprehensive plan is integral to ensuring safety protocols are met within the facility, reflecting the government's commitment to maintaining a safe environment for occupants through robust emergency response infrastructure.
    The document outlines the specifications for the Dental Clinic Replacement project at the Marine Corps Recruit Depot, Parris Island, SC, under NAVFAC Contract No. N62470-19-D-5015. Prepared by the architectural firms Rogers, Lovelock & Fritz, Inc. and Sherlock, Smith & Adams Inc. JV, this comprehensive document is divided into five volumes, detailing various aspects including procurement requirements, general project requirements, demolition processes, structural designs, utility management, and relevant engineering disciplines. Key personnel involved include Project Manager Mary Kay Eisert-Wlodarczyk and several licensed professionals in architecture, civil, structural, mechanical, plumbing, electrical, and cybersecurity fields. The document emphasizes adherence to sustainability practices and compliance with governmental safety mandates. It serves as a crucial reference for contractors and engineering teams, guiding the execution and methodology of construction to ensure an efficient, compliant, and safe facility upgrade. The extensive table of contents reflects the project's multifaceted nature, addressing critical construction and design details necessary for creating an advanced dental clinic tailored to military standards and requirements.
    The Project Labor Agreement (PLA) Request for Information (RFI) pertains to the construction of a dental clinic replacement at the Marine Corps Recruit Depot in Parris Island, South Carolina. The RFI includes a set of questions aimed at gathering insights from contractors, unions, and small businesses about their willingness to participate in the project and their perspectives on PLAs. Key inquiries cover the availability of specialized labor, the landscape of union versus non-union labor in the area, interest in participating under a PLA, previous use of PLAs on similar projects, and cost implications associated with PLA requirements. Respondents are asked to compare union wage rates with prevailing wage rates according to the Construction Wage Rates Requirements statute, providing a comprehensive overview of local labor conditions and potential financial impacts. This RFI aims to assess feasibility and guide the decision-making process regarding the implementation of a PLA for the construction project.
    The document pertains to a Pre-Proposal Inquiry Submission Form for the replacement of the dental clinic at the Marine Corps Recruit Depot (MCRD) Parris Island, South Carolina. It outlines a structured framework for interested parties to submit questions about the Request for Proposals (RFP) N4008524R2500 and P7889. The form is designed to facilitate clear communication regarding proposal specifications and requirements, addressing potential concerns before formal submissions. Section categories are provided, including detailed reference outlines and submission spaces for inquiries, ensuring organized responses from participants. The overarching goal of this process is to streamline the procurement of services related to the dental clinic replacement, promoting compliance with federal and state operational standards. This initiative is part of broader efforts to enhance military infrastructure and medical facilities.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the vendor registration process for the Department of Defense (DoD) solicitation module. It introduces an automated and secure platform designed to streamline the submission and management of solicitations. The document details the roles available for vendors, including 'Proposal Manager' required for submissions and 'Proposal View Only' for limited access. For new users, the registration involves creating a user account by entering a user ID, password, and security questions, followed by inputting company information and justifying access. Existing users can add roles via their accounts. The guide also provides links to support resources, including account management and technical assistance. In addition, it specifies the Roles and Actions Matrix, clarifying the functionalities associated with each vendor role, such as submitting and viewing offers. This guide is essential for vendors engaging with federal solicitations, highlighting the need for a structured approach to government procurement processes.
    The document outlines the pricing and contract line item (CLIN) requirements for the Project P7889 Replacement Dental Clinic. It specifies the base pricing structure, including total costs for construction and site work. The contract is divided into several CLINs, including options for additional work such as photovoltaic panel installations, landscaping enhancements, mechanical screen walls, an Electronic Security System, and telecom infrastructure. Each CLIN details the scope of work and requires bidders to provide lump sum prices, unit prices, and allowances for specific tasks such as asbestos removal and hazardous materials management. The document also notes that the contract award will consider the total sum of specified CLINs and confirms the need for additional bonding if certain options are exercised. Overall, the document serves as a structured call for bids, providing clear directives for pricing and scope of work necessary for completing the dental clinic project in compliance with stated specifications.
    The Construction Experience Project Data Sheet is a document utilized in federal and state RFPs to gather essential information from offerors regarding their construction project experience. It requires details such as firm identity, project roles (prime contractor, subcontractor, joint venture), contract and task order specifics, award and completion dates, and project types (new construction, renovation, etc.). Offerors must describe their project work, including project relevance to RFP requirements, self-performed tasks, and any sustainable features or certifications. Additionally, information about the contract type (firm-fixed price, cost/time and material) and financial details (award amount, final price) is requested. The structured format supports a thorough evaluation of firms’ capabilities in delivering construction projects in alignment with government standards, emphasizing relevance, project specifics, and compliance with sustainable practices.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document utilized in evaluating contractors' performance in federal contracts. It serves to gather relevant information from contractors and clients about past projects, including contractor details, contract specifics, project relevance, and client feedback. The questionnaire requires the submission of various data, such as contract numbers, completion dates, project complexity, and contact details for the contractor and client. The document emphasizes the importance of clients evaluating contractors using adjective ratings that range from "Exceptional" to "Unsatisfactory," covering aspects such as quality, timeliness, customer satisfaction, and safety management. Additionally, it addresses the financial management abilities of contractors and their compliance with contractual terms. Clients are urged to provide specific comments on the contractor's performance, which helps inform future decision-making in government contracting. Ultimately, the questionnaire is a vital component in assessing contractor reliability and capability for future federal solicitations, ensuring adherence to quality and performance standards in government projects.
    Attachment F outlines the mandatory completion requirements for all offerors, both large and small, regarding historical small business utilization as part of the evaluation process in federal RFPs. Offerors must detail project information, including contract numbers, titles, and performance roles (Prime Contractor, Subcontractor, or JV Member). They must provide data on subcontracting achievements, whether goals were established, and explanations for any unmet goals or zero subcontracting achievements. Key terms are defined to ensure clarity, such as Total Project Dollar Value and Total Subcontracted Value. The attachment consists of multiple sections for project details and a specific mandated format, where any additional formats or attachments will not be evaluated. Successful completion of this form is crucial for the evaluation of Factor 5, which focuses on Small Business Utilization and Participation within federal contracting contexts. The structured approach emphasizes accountability for achieving socio-economic goals aimed at enhancing opportunities for small businesses in federal projects.
    The Small Business Participation Commitment Document (SBPCD) is a mandatory form for all offerors responding to RFP N40085-25-R-2500, designed to evaluate small business utilization in federal contracts. This document requires both large and small businesses to commit to subcontracting with small businesses (SBs), with a minimum participation goal of 20%. Offerors must indicate their business size class, specify socioeconomic categories if applicable, and provide a detailed breakdown of total contract value, work to be self-performed, and subcontracted work. The form includes a table for detailing small business participation by category, including Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), and Veteran-Owned Small Business (VOSB), among others. If the minimum participation is not met, offerors must explain the shortfall. Furthermore, if firms have significant subcontracting commitments, they must identify these SBs by name, outline products and services offered, and describe the nature of their agreement. The SBPCD emphasizes the importance of achieving and documenting small business participation in federal procurement processes, reflecting the government’s commitment to supporting small enterprises in its contracts.
    The Small Business Subcontracting Plan is a submission template for large businesses responding to federal solicitations, designed in compliance with the Federal Acquisition Regulations (FAR) 19.704. This document serves to outline subcontracting goals, encourage opportunities for small businesses, and ensure adherence to federal requirements. Key components include establishing total contract values, outlining planned subcontract dollar amounts across various small business categories, and detailing methods for identifying potential subcontractors. The plan emphasizes the importance of achieving specific goals for diverse small business classifications such as Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), and HUBZone businesses, while also requiring documentation of outreach efforts and compliance monitoring. An administrator is designated to manage the implementation of the plan and is responsible for maintaining accurate records and ensuring equitable participation for small businesses. The overall purpose of this plan is to promote small business engagement in federal procurement, enhancing opportunities and support for these entities throughout the contracting process. Regular reporting, monitoring, and potential penalties for misrepresentation are also outlined to maintain accountability and compliance with established goals.
    The document is a "Sources Sought – Contractor Information Form" used by federal and local governments to collect pertinent information from potential contractors. It requires contractors to provide essential details such as their DUNS and CAGE codes, firm name and address, and primary point of contact (POC) information. There is also a section to classify the business type, allowing for options like SBA certified firms and various small business categories such as Woman-Owned and Service-Disabled Veteran-Owned. Additionally, contractors must disclose their bonding capacity including surety name and maximum bonding limits. The form emphasizes clarity and specificity while instructing users not to alter the content. Its purpose is to streamline the contractor qualification process for upcoming federal opportunities, aligning with broader government RFP protocols and grant management. This form plays a critical role in ensuring that government entities receive appropriate bids from qualified contractors.
    The document outlines the Justification and Approval (J&A) for the sole-source procurement of brand-name fire alarm control equipment from Siemens Industry, Inc. for the FireFinder-XLS Control System at the Marine Corps Recruit Depot, Parris Island. This decision is supported by Title 10, U.S.C. 3204(a)(1), allowing for other than full and open competition due to the necessity for standardization and operational efficiency. The Fire Alarm/Mass Notification Control Panels (FMCPs) require certification for installation and maintenance, which promotes proficiency for Navy technicians and reduces training and maintenance costs. The plan includes utilizing Military Construction, Navy funds, with the project slated for FY25, spanning 1,110 days post-award. Market research conducted indicated no viable alternatives to the Siemens equipment, and a fair cost evaluation will be ensured prior to contract award. NAVFAC MIDLANT will continue monitoring for potential alternative sources in the industry. Overall, the J&A emphasizes the importance of standardization in enhancing operational capabilities and maintaining a effective fire response system.
    The document outlines a solicitation for the construction of a replacement Dental Clinic at the Marine Corps Recruit Depot in Parris Island, South Carolina. It details essential construction provisions, including utilities, backup power, antiterrorism measures, and site improvements. Bid submissions must align with the proposal requirements by April 14, 2025, following sealed bidding procedures. The evaluation criteria prioritize corporate experience, management approach, safety, past performance, and small business utilization, with a minimum requirement of 20% participation from small businesses. Key performance metrics will examine safety records and adherence to project timelines. The contractor shall provide a firm-fixed price contract, and the government retains the right to negotiate and award based on value and compliance with bid requirements. The solicitation features a mandatory site visit scheduled for March 12, 2025, emphasizing thorough preparation and adherence to instructions for proposals. This project represents a strategic investment in military healthcare infrastructure, ensuring compliance with federal guidelines while maximizing small business opportunities in procurement.
    The document is a "Sources Sought – Project Information Form" used to gather project experience related to government solicitations. Contractors are required to submit details for a maximum of five projects on this standardized form, limited to two pages per project. Key elements include contractor identification, project specifics such as award date, final contract price, project status, type of work (new construction, repair, or renovation), customer details, self-performance percentages, and contract type (Design-Build or Design-Bid-Build). The form emphasizes the importance of providing comprehensive information about the project undertaken, including a detailed project description and contact details for someone knowledgeable about the project. The purpose is to assess the contractor's experience and capability to fulfill potential government projects, ensuring a thorough evaluation of submissions in response to federal and state/local RFPs. This structured approach helps streamline the selection process for government contracts, ensuring that qualified vendors are identified based on their relevant experience.
    The document outlines requirements for a construction project as part of government RFPs, specifically focusing on design and build (DB) or design-bid-build (DBB) projects. Key criteria include the completion of a project titled and located specifically in a designated city and state, with a completion date noted. The project must involve either a prime contractor or a subcontractor and should confirm whether it pertains to Department of Defense (DoD) or Federal projects. Additionally, the construction cost must exceed $35 million and encompass a minimum of 35,000 square feet, focusing on multi-story structures framed with reinforced concrete or structural steel. This information illustrates the scope and standards expected in federal and state local bids for large-scale construction, emphasizing the significance of meeting stringent size, cost, and material requirements for eligibility. Overall, the document serves as a guideline for contractors seeking to respond to government solicitations in the construction sector.
    The Naval Facilities Engineering Command, Mid-Atlantic has issued a Sources Sought Notice for the design-bid-build construction of a replacement Dental Clinic at the Marine Corps Recruit Depot in Parris Island, SC, with an estimated project magnitude of $25 million to $100 million. This notice, dated October 8, 2024, is aimed at identifying eligible small business firms—especially those owned by veterans and women—capable of undertaking the project. The new facility will include essential infrastructure such as utilities, site improvements, and anti-terrorism measures, and will be constructed with flood protection in mind. Interested firms are requested to submit a capabilities package detailing past relevant projects that align with the defined criteria of size, scope, and complexity, specifically emphasizing healthcare facilities. The submission deadline is October 22, 2024. This notice serves as a market research tool, not a solicitation, to ascertain small business participation viability for this upcoming contract, which is anticipated to be awarded in January 2025. All submissions will be kept confidential, and late responses will not be considered.
    Similar Opportunities
    P-7889 DENTAL CLINIC REPLACEMENT, MARINE CORPS RECRUIT DEPOT PARRIS ISLAND, SC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for the replacement of the dental clinic at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves the construction of a modern facility that meets healthcare standards, requiring detailed specifications for interior finishes, materials, and compliance with safety protocols. The procurement is critical for enhancing healthcare infrastructure for military personnel, ensuring a functional and aesthetically pleasing environment. Interested contractors should contact Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil for further details and to submit their qualifications.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, including the construction of new channels to replace existing culverts, with an emphasis on sustainability and compliance with environmental regulations. The estimated construction cost ranges from $10 million to $25 million, and proposals will be evaluated based on price and various non-cost factors, including corporate experience and small business utilization. Interested contractors must submit their proposals by March 31, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the IR Demo Projects FY24 at Marine Corps Base Camp Lejeune, North Carolina, focusing on the demolition of fifty-three buildings. The project requires contractors to provide all necessary labor, equipment, and supervision while adhering to safety and environmental regulations, particularly concerning hazardous materials such as asbestos and lead-based paint identified in prior surveys. This demolition initiative is crucial for improving facility safety and operations at the military base, with a firm-fixed-price contract set aside exclusively for small businesses under NAICS code 238910. Proposals are due by 10:00 AM (EST) on March 19, 2025, and interested vendors should contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the demolition of fifty-three buildings at Marine Corps Base Camp Lejeune in North Carolina. This project, categorized as a Firm-Fixed Price (FFP) contract, is entirely set aside for small businesses and requires compliance with federal regulations regarding hazardous materials, including asbestos and lead-based paint, identified in prior surveys. The successful contractor will be responsible for all aspects of the demolition, including labor, supervision, and the safe disposal of hazardous materials, with a performance period of 365 days post-award. Interested parties must submit sealed bids by 10:00 AM local time on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    Y--P398 Range Improvements and Modernization Marine Corps Recruit Depot, Parris Island, South Carolina
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking construction services for range safety improvements and modification at MCRD Parris Island, South Carolina. The project involves demolishing the existing firing range and constructing a new one, including new impact berm, target berm and butt, side safety berm, paved firing lines, roads, irrigation system, signage, and other facilities. The new facilities will include a Butts Control Building, Target Storage Buildings, small Heads, and a large Male and Female Head. Additional site improvements include a parking lot, access roads, water and sewer systems, storm water management, and power and communications distribution systems. The project also includes allowances for ordinance scanning and potential ordinance removals.
    Repair Brick Facade Cracks, Building 4298
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the repair of brick façade cracks at Building 4298, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves installing expansion joints and matching repairs to existing masonry, with an estimated contract value of less than $25,000 and a completion timeline of 75 days post-award. This maintenance work is crucial for ensuring the structural integrity of the facility while minimizing disruption to ongoing operations, particularly fueling activities. Proposals are due by 12:00 PM EST on March 4, 2025, and interested contractors should direct inquiries to Josef Vallone or Ericka J. Bishop via the provided contact information.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement is aimed at providing comprehensive facilities support services, including maintenance and management tasks, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, with a base period of one year and four optional years. The services are critical for ensuring operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to maintaining high-quality infrastructure. Interested small businesses must submit their proposals by 2:30 PM EST on March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate proposal preparation.
    Design-Bid-Build, P502 Replace Fuel Pier, Marine Corps Air Station Beaufort, South Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the Design-Bid-Build project to replace the fuel pier at Marine Corps Air Station Beaufort, South Carolina. This project entails the demolition of an existing pier built in 1957 and the construction of a modern T-shaped facility that meets Department of Defense standards, featuring concrete piles, mooring dolphins, and a dual fuel piping system to enhance operational redundancy. The construction is critical for maintaining ongoing operations during the project and is expected to take 790 calendar days post-award, with an anticipated contract award by August 2025. Interested contractors must register in the System for Award Management (SAM) and can contact Scott Schulz at scott.c.schulz.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil for further information.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.