This document outlines the Contract Line Items (CLINs) for structural repairs and roof replacement for buildings DDCN-00147 and DDCN-00148 at MCAS Cherry Point, N.C. The project is divided into a base price (CLIN 0001) covering structural repairs for Bays A, B, C, and D of both buildings, roof replacement for DDCN-00148 Bays A, B, C, and D, and exterior wall repairs. Two options, CLIN 0002 and CLIN 0003, detail similar structural repairs and roof replacements for Bay E and Bay F of DDCN-00148, respectively. Award will be based on the total sum of all three CLINs. The Government reserves the right to exercise options 0002 and 0003 within 90 days post-award. Evaluation for award will include the option prices, but exercising them is not obligatory. Offers may be rejected if unbalanced, and additional bonding will be required if options are exercised.
This government Request for Proposal (RFP) (Solicitation No. N400857514700) is for roof repairs on Buildings 147 and 148 at MCAS Cherry Point, North Carolina, with an estimated cost between $10,000,000 and $25,000,000. The project has a completion period of 640 calendar days and will be awarded based on the lowest price. A mandatory site visit is scheduled for December 18, 2025, and proposals are due by January 14, 2026. Only a pre-approved list of contractors, including Quadrant Construction, Blue Rock Structures, Bristol General Contractors, Joyce & Associates Construction, Inc., Military & Federal Construction Co., P&S Construction, and Syncon, LLC, may submit proposals. The RFP includes detailed bond requirements, various FAR and DFARS provisions, and outlines specific wage determinations for various construction trades. The scope of work includes base structural repairs, roof replacement, and exterior wall repairs for Bays A, B, C, and D, with options for Bays E and F of Building 148. The government intends to award without discussions, emphasizing the submission of best and final offers initially.
The document outlines structural repairs and roof replacement for DDCN Warehouses B147 and B148 at Marine Corps Air Station Cherry Point, NC. The project, Work Order 7514700, involves comprehensive structural modifications, repairs, and replacements of damaged heavy timber components. It also includes exterior wall cracking and drainage repair for Building B148. The scope covers detailed phasing and sequencing requirements for work areas within various storage bays (A-F) in both warehouses, emphasizing coordination with the Contracting Officer’s Designated Representative for inventory removal and access. The repairs adhere to Unified Facilities Criteria, International Building Code, and other relevant structural engineering standards. The document provides detailed specifications for materials, including steel and various types of wood, and outlines procedures for truss, column, and corbel repairs, as well as jacking and shoring protocols.
OLM Environmental, LLC conducted asbestos surveys and visual assessments for planned renovations at Marine Corps Air Station Cherry Point. The project, under Contract No: FA8903-15-D-0016; Task Order: FA8903-20-F-0030, involved six Defense Logistics Agency Distribution buildings (DDCN-00147, DDCN-00148, DDCN-00150, DDCN-00154 Bay C, DDCN-00159, and DDCN-04246) for structural, fire suppression, and fire alarm/MNS-related repairs. While most sampled materials in DDCN-00148 and DDCN-00154 showed no asbestos, DDCN-00150 was found to have approximately 500-700 linear feet of "presumed" and "labeled" asbestos-containing thermal system insulation on pipelines and elbow fittings, and 1,000-1,500 sq. ft. of "presumed" asbestos-containing floor tile and mastic. Recommendations emphasize that any disturbance of these materials must comply with federal, state, and local regulations, including EPA NESHAP and OSHA standards, requiring proper removal, accreditation of personnel, and employee training.
This government solicitation outlines structural repairs and roof replacement for DDCN Warehouses B147 and B148 at Marine Corps Air Station, Cherry Point, North Carolina. The project, designed by APTIM Engineering, includes three contract line items (CLINs) covering structural repairs for both buildings and roof replacement for B148, with options for Bay E and Bay F of B148. Work involves replacing columns, beams, trusses, and timber components, repairing exterior walls, and comprehensive roof system replacements. The contractor must adhere to strict scheduling, security, and access regulations, as the buildings will remain occupied. Payment procedures require an Earned Value Report and detailed invoices, with specific conditions for material payments. The contract emphasizes safety, coordination with the Contracting Officer, and compliance with government regulations.