Construct Fleet Electric Vehicle Support Equipment
ID: N4008524R2782Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF PARKING FACILITIES (Z1LZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the construction of Electric Vehicle Support Equipment (EVSE) charging stations at Marine Corps Base Camp Lejeune, North Carolina. This project aims to enhance the infrastructure for electric vehicles, with an estimated cost range of $10-$25 million and a completion deadline set for 720 days post-award. The procurement is a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses while adhering to federal regulations, including the Davis-Bacon Act for wage determinations. Interested contractors must submit their proposals by August 22, 2024, and can direct inquiries to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil.

    Files
    Title
    Posted
    The document UFC 1-300-08, dated June 30, 2004, serves as a comprehensive checklist for compiling required information related to real property facilities, specifically for entry into a real property database. It outlines a structured five-part checklist demanding detailed building information, including identification details, construction materials, utility connections, building systems, installed equipment, and associated utilities. Each section requires specific data about various construction and operational parameters, such as dimensions, materials, utility capacities, and safety systems like fire protection and security systems. The document emphasizes electronic data submission in formats like XML or GIS for ease of access and integration into federal or state databases, aiding in the clear documentation of property attributes essential for governmental RFPs and grants. The proper completion of this checklist ensures regulatory compliance in building construction and management, streamlining future assessments and modifications in line with governmental standards. Overall, this document facilitates accurate and systematic data management for real property facilities within governmental jurisdictions.
    The document appears to be a compilation of various geographical locations, hole numbers, and coded designations, possibly relating to a bidding or proposal process for a government project. The extensive list includes local bays, creeks, ponds, and numbered holes, likely referencing specific sites or project areas needing attention or assessment. The presence of many codes suggests an organized system for categorizing these sites, which could be part of a request for proposals (RFPs) or grant applications. Such documents typically aim to outline project requirements for potential contractors or grant applicants. This extensive inventory may be intended for environmental assessment, infrastructure improvement, or resource management projects, highlighting the need for contractors to consider each location’s unique characteristics in their proposals. The document supports the identification and differentiation of specific sites critical for managers overseeing government-funded projects aiming at regional development or ecological preservation.
    The document outlines a series of civil engineering projects being planned and executed by Cape Fear Engineering, Inc., focused on infrastructure improvements at military facilities. The main emphasis includes the implementation of new electrical systems, parking reconfiguration, and environmental precautions due to known potential site contamination. Detailed plans specify the removal and relocation of temporary structures before construction, the necessary boring for underground utilities, and stabilization of disturbed areas with centipede sod. Key points discuss utility verification via potholing, grading for positive drainage around new installations, and adherence to environmental regulations regarding soil management. The document also indicates the coordination of electrical infrastructure installation, necessitating collaboration with existing systems. Importantly, it sets a clear operational framework for contractors, emphasizing compliance with safety and stabilization requirements. The projects demonstrate a commitment to modernizing the facilities while addressing safety, environmental awareness, and compliance with regulatory standards during construction. Overall, this document serves as an informative guide for contractors involved in military infrastructure upgrades, detailing essential procedures and expectations.
    The document outlines civil engineering plans from Cape Fear Engineering, focused on multiple construction projects at various sites, specifically buildings identified by codes such as RR280, 1308, and TP464. It encompasses a detailed existing conditions survey, utility assessments, and the necessity for proper soil management, especially in areas of known contamination. The plans specify that all construction debris must remain on-site and include measures for drainage and stabilization. Additionally, the documents emphasize the removal and relocation of existing equipment prior to new construction and detail the requirements for parking signage and vegetation around disturbed areas. The safety and environmental considerations of the projects are paramount, with clear directives relating to existing electrical infrastructure and protective measures for hazardous materials. These preparations ensure compliance with federal regulations and facilitate efficient execution of the government’s construction undertakings.
    The document outlines a series of engineering plans and project specifications for infrastructure upgrades, specifically focused on the construction and renovation of several buildings and facilities at a government site. Key details include the need for accurate site surveys, utility management, and the removal of existing structures or equipment prior to project commencement. The engineering work aims to ensure compliance with environmental regulations, particularly concerning soil contamination and project stabilization requirements. Projects described involve the installation of new electrical systems, concrete pads for generators, and site stabilization through landscaping with centipede sod. Specific construction actions include grading for positive drainage, utility crossings, and provisions for parking. The plans emphasize the importance of maintaining compliance with federal, state, and local regulations throughout the project execution. These upgrades are part of larger federal grant and RFP initiatives intended to modernize government facilities while addressing safety and operational efficiencies.
    The document outlines plans for various construction projects involving civil engineering, specifically building site preparations and utility management within government properties. Key details include a survey conducted by Cape Fear Engineering, which utilized the North Carolina Virtual Reference Station system to obtain accurate geographic data. The existing utility maps are based on a combination of surveys, locates, and GIS data from MCBCL. Essential instructions provided state that all obstructions, including dumpsters and EV chargers, must be removed by the government before construction starts. Protective measures around electrical equipment and any work involving known contaminations are clearly indicated, requiring that all generated soils remain onsite and are handled to preserve drainage and vegetation standards. The overall goal is to ensure compliance with safety and environmental regulations while updating electrical infrastructure and beautifying the sites through landscaping with centipede sod. The documentation is structured with specific civil building plan references and site management details, aimed at informing contractors about conditions and requirements before the execution of work. These guidelines show a strong focus on sustainable practices and safety adherence as part of government-funded initiatives.
    The document outlines engineering plans and requirements for various construction projects at military installations, focusing on infrastructure improvements. The main objective is to enhance utility integration and site planning while adhering to regulations regarding existing contamination and utility management. Key aspects include the detailed assessments of existing conditions, the removal of impediments before construction, and the management of soil and vegetation in contaminated areas to prevent drainage issues. Various building plans, such as the installation of electrical infrastructure and EV charging stations, are addressed, along with requirements for parking signage and stabilization of disturbed areas with sod. The document emphasizes the importance of following government protocols, ensuring safety and environmental compliance throughout the construction processes, and coordinating utility relocations and installations to optimize operational efficiency. This reflects the principles found in government RFPs and grants geared toward improving federal properties.
    The document outlines a series of construction plans overseen by Cape Fear Engineering, Inc., focusing on various building projects and enhancements at military installations. Key details include survey results using the North Carolina Virtual Reference Station system, existing utilities mapped through field surveys, and stipulations for any on-site operations. The contractor is required to remove or relocate certain equipment and ensure that all disturbed areas are stabilized with centipede sod post-construction. Attention is also called to potential contamination risks, necessitating that excess soil remains on-site and drainage is maintained appropriately. The project plans detail various civil engineering tasks, including the installation of underground utilities, removal and re-installation of concrete structures, and the proper setup of parking areas. Each plan emphasizes compliance with safety and environmental regulations. These comprehensive outlines signify the government's commitment to improving infrastructure while managing environmental risks, thus demonstrating a proactive approach to both construction and regulatory adherence.
    The document includes engineering plans for various construction projects at military installations managed by Cape Fear Engineering, Inc. These projects involve the removal, relocation, and stabilization of existing facilities and utilities, with a significant focus on environmental compliance due to the areas' known or potential contamination. Key tasks outlined include the demolition of existing structures, the installation of new utilities, parking signage with "Government Only" designations, and ensuring proper drainage around new electrical infrastructure. Specific plans for each building or area were provided, detailing the need for soil stabilization with centipede sod after construction activities. The document emphasizes the importance of verifying existing utility depths before construction and mandates that all generated soil must remain on-site, adhering to project stabilization requirements. The comprehensive set of plans addresses existing conditions, necessary utility locates, and outlines potential impacts on the surrounding environment, demonstrating a structured approach to sustainable construction practices within a military context. Overall, the document serves as an essential guide for contractors to ensure compliance with federal regulations while facilitating improvements in military infrastructure.
    The document outlines Amendment No. 0001 for the solicitation N40085-24-R-2782, related to the construction of Electric Vehicle Support Equipment (EVSE) Charging Stations at Marine Corps Base Camp Lejeune, NC. The key updates include the addition of specifications and an extension of the proposal due date to 1200, 22 August 2024. Contractors are required to acknowledge the amendment when submitting their proposals to avoid rejection. The document details the project's requirements, including phased construction schedules, responsibilities of contractors, safety, quality control, and adherence to government regulations. It mandates the use of the Electronic Construction and Facility Support Contract Management System for all submissions and regulatory compliance regarding personnel access and security protocols. Contractors must submit a detailed Schedule of Prices, manage construction schedules effectively, and comply with environmental and safety considerations. The guidelines aim to ensure contract performance is in line with expectations, maintaining a focus on timelines and quality assurance. This overview underscores the government’s structured approach to managing construction contracts while ensuring adherence to safety and environmental regulations, reflecting typical processes in federal RFPs and grants aimed at modernizing infrastructure.
    Amendment 0002 to RFP N40085-24-R-2782 addresses a critical update by replacing the original drawings included with the request for proposal with revised drawings that are attached to the amendment. This change is the sole adjustment made in this document, as all other terms and conditions outlined in the RFP remain unchanged. This amendment serves to ensure that prospective bidders are working with the most current and accurate drawings necessary for their proposals, which is essential for compliance and project execution. By issuing such amendments, the government maintains clarity and precision in its procurement processes while allowing for necessary adjustments.
    The document is an amendment notice for the government solicitation N40085-24-R-2782, detailing a scheduled site visit on August 12, 2024, at 9 AM. The visit will commence at Building 25, with subsequent stops at RR450 and RR400, which are part of MARSOC. It is noted that other locations can be accessed independently. However, visitors must check in at PMO-controlled buildings AS302 and SAW353 before entry. Importantly, aside from the updated site visit information, all other terms and conditions of the solicitation remain unchanged. This amendment serves to inform potential bidders of key logistical details relevant to the proposal submission process, underscoring the government's procedural transparency in handling RFPs.
    The document is an amendment to a federal request for proposal (RFP) N40085-24-R-2782, specifically Amendment 0004. It addresses a question regarding the eOMSI system, clarifying that while the eOMSI requirement remains, the Facility Data Worksheet is no longer necessary. Additionally, it states that all other terms and conditions of the RFP remain unchanged. This amendment reflects ongoing adjustments and clarifications within the bidding process to ensure that requirements accurately reflect the needs of the Marine Corps and the operational realities of potential contractors. The document underscores the importance of specificity in RFPs while maintaining flexibility to adapt to relevant considerations.
    This document is an amendment (No. 0005) to the solicitation for a federal project (N40085-24-R-2782), which involves constructing Electric Vehicle Support Equipment (EVSE) Charging Stations under project number 24-0005. It was issued by NAVFAC Mid-Atlantic and updates the proposal submission process. The effective date of this amendment is August 13, 2024, and the deadline for proposal submissions remains unchanged at 1200 on August 22, 2024. Contractors must acknowledge receipt of this amendment; failure to do so may lead to rejection of their proposals. The document includes a site visit sign-in sheet and details contractor communications, displaying an emphasis on compliance with submission requirements. The primary purpose of this amendment is to ensure clarity and documentation updates regarding the ongoing solicitation process, indicating a structured approach to managing government contracting and oversight for construction projects.
    The document consists of Amendment 0006 to Solicitation N40085-24-R-2782 for the construction of Electric Vehicle Support Equipment (EVSE) charging stations at MCB Camp Lejeune, NC. It addresses key modifications and responses to contractor inquiries related to the project. Notably, it removes ELIN 0018 from the proposal and clarifies requirements regarding concrete encasement for electrical plans, stating that only primary duct banks must be encased, even under graveled areas. The amendment also responds to concerns about the adequacy of the contract duration given current delays in acquiring pad-mounted transformers, indicating that no adjustments will be made at this time. Bidders are required to propose on all line items listed, with terms regarding the evaluation of options and pricing details presented. The document emphasizes the comprehensive nature of pricing submissions, which must incorporate all applicable costs, profit, and overhead for each line item. The government's right to award options is also highlighted, aiming to maintain flexibility in contract execution through December 2024, without provisions for price adjustments. This summary encapsulates the administrative and operational aspects relevant to the bidding process for this government project.
    Here are the summaries of the files provided, focusing on the procurement objectives and related key details:  **File 1**: The government seeks to procure geotechnical and environmental consulting services for coastal engineering projects. The main objective is to obtain soil borings, groundwater level measurements, and percussion testing at specified locations. The scope includes site investigations, borehole logging, and reporting. Firms experienced in coastal engineering and environmental assessments are sought.  **File 2**: This file outlines a requirement for designing and implementing a training program for law enforcement personnel. The focus is on developing practical training modules for criminal investigations, forensic interviews, and crime scene processing. The scope encompasses course development, instructor selection, and delivering the training. Expertise in law enforcement procedures and adult learning principles is essential.  **File 3**: It relates to the procurement of engineering services for a road improvement project. The objective is to obtain design and engineering support for roadway realignment, including geometric design, drainage improvements, and utility adjustments. The scope involves preparing plans, specifications, and estimates for construction. Local traffic and environmental considerations are also key requirements.  **File 4**: The procurement aim is to acquire professional services for developing a comprehensive economic development strategy (CEDS). The chosen firm will coordinate and create a CEDS document, including economic analysis, strategic goals, and action plans. Expertise in economic research, community engagement, and strategic planning is desired.  **File 5**: This file pertains to the purchase of information technology (IT) professional services for a digital transformation initiative. The goal is to implement a cloud-based enterprise resource planning (ERP) system. The scope includes system design, development, integration, and employee training. Experience in ERP implementation, particularly Microsoft Dynamics 365, is crucial.  **File 6**: Seek to procure construction services for a new fire station. The project involves building a two-story firehouse with associated sitework, including site preparation, parking areas, and landscape design. The focus is on sustainable construction practices and achieving LEED certification.  **File 7**: Government seeks bids for providing fleet management services, including vehicle maintenance, repair, and fuel management. The aim is to outsource these services for a large vehicle fleet, reducing in-house management burdens. Expertise in fleet maintenance and a robust service network are critical.  **File 8**: This file involves the procurement of architectural and engineering services for renovating an existing structure into a multi-use community facility. The project requires design expertise to create a modern, accessible space incorporating offices, a community hall, and a small library. Sustainability and energy-efficient design are important considerations.  **File 9**: Focuses on the purchase of advertising and marketing services to promote tourism. The objective is to develop and place strategic advertising campaigns in various media formats, including digital and print, to showcase the region's attractions. The scope comprises market research, campaign creation, and measurement. Experience in destination marketing is desired.  **File 10**: Procuring professional engineering services for a bridge replacement project. The aim is to oversee the design and construction of a new bridge, ensuring compliance with federal and state regulations. The scope includes preparing plans, specifications, and environmental assessments. Local knowledge and experience in bridge engineering are vital.  **File 11**: Seeks bids for a community park development project. The procurement objective is to create a comprehensive park master plan, including conceptual design, site analysis, and budget estimates. The focus is on inclusive design elements and incorporating natural features.  These summaries provide a quick overview of the government's procurement goals and requirements, shedding light on the main goods, services, or solutions sought in each file.
    The government agency seeks to procure construction and engineering services for various site improvements and electrical infrastructure upgrades. The primary objective is to enhance multiple building sites, including the installation of new electrical equipment and foundations. This involves site preparation, grading, and stabilization with specific sod types. Contractors will collaborate with the government to ensure compliance with contamination regulations, managing construction soils appropriately. Several detailed plans outline specific requirements for each building, emphasizing electrical enhancements and government-specified parking areas. The work also entails verifying existing utilities and making adjustments to avoid conflicts. With a focus on electrical enhancements, the agency requires detailed electrical plans and protective measures. Key dates include a submission deadline of 07-01-2024, and projects are to be completed by the same date. Evaluation of proposals will prioritize technical merit, with particular attention to the expertise and capabilities demonstrated for the specified construction and electrical tasks.
    The government agency seeks to procure construction services for multiple projects through these RFPs. The objective is to undertake civil works and electrical infrastructure upgrades at various sites, encompassing tasks such as asphalt removal, utility crossings, electrical equipment installation, and site stabilization. These projects require site surveys, soil management, and adherence to contamination guidelines. The scope entails providing labor, materials, and equipment for these construction tasks. The RFPs outline specific technical specifications and quality standards, including horizontal and vertical datum requirements, as well as protective measures for electrical equipment. Vendors must adhere to strict deadlines, with work areas needing to be stabilized and vegetated per project guidelines. Evaluation criteria center on the technical merit and price of the proposals, with an emphasis on understanding the requirements and providing a comprehensive approach. Some RFPs mention contract types, emphasizing that the government will remove certain obstacles prior to the commencement of work.
    The procurement objective involves various civil works and electrical infrastructure upgrades across multiple locations. The focus is on improving parking areas, electrical equipment pads, and utility crossings. The government seeks contractors to execute these improvements while adhering to strict site stabilization requirements due to potential contamination. Detailed specifications are provided for each site, including specific type and quality of materials like concrete for wheel stops and sod for disturbed areas. Electrical infrastructure upgrades involve underground power installation, reference to electrical plans for precise details, and protective measures for equipment. The scope of work encompasses tasks such as opening and patching asphalt, installing underground utilities, and providing parking spaces with designated signage. Contractors will collaborate with the government to relocate dumpsters, trailers, and other obstructions prior to commencing work. Moreover, they must comply with the specified datum and elevation requirements. Contract details are not explicitly mentioned, but the emphasis on contamination mitigation suggests an environmentally focused contract. Evaluation criteria are not directly stated, but compliance with the extensive technical specifications and successful completion of previous similar projects would likely be paramount. Key dates are absent, but the document's header notes the project's start date as July 1, 2024, which could indicate the desired commencement of work. Overall, this procurement seeks experienced contractors for civil and electrical enhancements, with site contamination considerations a key factor.
    The government agency seeks to procure comprehensive civil construction services for multiple projects. The objective is to execute various site improvements, including site clearing, utility adjustments, and infrastructure enhancements. These projects involve site preparation, with a focus on stabilizing disturbed areas through sodding, and adhering to strict guidelines due to the potential contamination in the work areas. The scope requires contractors to remove obstacles, install signage, and enhance parking areas. They must also manage soil distribution and vegetation per project requirements. Several detailed plans outline specific tasks for each site, indicating the need for accurate surveys, existing infrastructure integration, and compliance with specified datums and elevations. Electrical infrastructure is a key component, with plans detailing protective measures and equipment foundations. Key dates and project timelines are mentioned, indicating that the projects are scheduled for completion in the near future. However, contract details and evaluation criteria are lacking in the provided information. The emphasis is primarily on the thorough description of the construction tasks and site-specific details, offering a clear picture of the procurement's objective.
    The government agency seeks to procure construction services for various projects, primarily involving site preparation, utility adjustments, and electrical infrastructure enhancements. The objective is to enhance electrical systems and improve site accessibility. This includes tasks like installing new concrete wheel stops, removing and replacing sidewalks, and adding protective bollards around electrical equipment. The projects involve site contamination, requiring soil management protocols. Contractors will stabilize disturbed areas with Centipede sod and ensure existing drainage patterns are maintained. Several locations are outlined, including Building 8, Saw Mill River Parkway, and Courthouse Road, each with specific instructions and requirements. The electrical plans and details are mentioned as important references. Critical dates include a submission deadline of 07-01-2024, with project timelines to be determined. The evaluation criteria are unclear but likely focus on technical expertise, project management capabilities, and compliance with environmental protocols.
    The procurement objective of this government project focuses on civil engineering services and construction management. The files detail several work packages, including site preparation, electrical infrastructure, and landscaping. The goal is to enhance various locations, such as Green Way Trail and McHugh Blvd, by improving parking areas, sidewalks, and electrical access. The project involves site surveys, soil management, and collaboration with electrical plans to integrate new electrical infrastructure. This includes removing and replacing concrete sidewalks, installing electrical lines, and adding protective bollards and equipment pads. The work requires verifying existing utility details before construction begins. Additionally, the project specifies the stabilization of disturbed areas with sod and strict guidelines for managing soils generated during construction, emphasizing environmental considerations due to potential contamination in the area. Several key dates are mentioned, indicating the project's phases, such as the existing conditions survey performed in 2024 and the estimated completion date of Building 24 in July 2024. However, specific timelines for procurement and contract award are not explicitly stated. The evaluation criteria for proposal selection are also not explicitly outlined in the files. Overall, this procurement seeks a partner for civil engineering and construction management, with an emphasis on efficient site development, electrical integrations, and environmental considerations. The scope, while detailed, requires an experienced contractor capable of managing multiple work streams simultaneously.
    The government agency seeks to procure construction services for various projects. These include site preparation, utility adjustments, and civil works. The focus is on stabilizing disturbed areas with Centipede sod and ensuring compliance with contamination regulations. One project involves constructing a greenway trail, requiring site clearing, grading, and installing utility crossings. Another project centers on enhancing parking areas near Onslow Beach, involving gravel surfaces, concrete wheel stops, and signage. A third project is aimed at improving Camp Davis Road, necessitating vegetation clearance, gravel parking, and drainage solutions. The scope includes site surveys, utility mapping, and coordination with electrical plans. Contractors will encounter contamination risks and must adhere to strict soil management protocols. Key dates and evaluation criteria are mentioned but focus more on administrative processes. The emphasis throughout is on the practical aspects of construction and environmental considerations.
    The government solicitation N40085-24-R-2782 aims to construct fleet electric vehicle support equipment (EVSE) charging stations at MCB Camp Lejeune, NC. The project has an estimated cost range of $10-$25 million, with a completion deadline set for 720 days after the contract award. Proposals are accepted only from specified contractors, and a bid bond is required for proposals valued at $150,000 or more. The basis for award is the lowest price with a 60-day acceptance period for offers. The project adheres to wage determinations under the Davis-Bacon Act, with applicable rates determined by federal executive orders. Contractors must ensure compliance with minimum wage rates and submit proposals by August 15, 2024. Furthermore, the document outlines requirements regarding the Buy American provisions and the evaluation of offers containing foreign construction materials. A request for information deadline is set for August 5, 2024, allowing contractors to seek clarifications before the proposal deadline. This solicitation emphasizes the government’s commitment to expanding electric vehicle infrastructure while supporting local contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair Parking Lots AS100 & 460
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of parking lots AS100 and 460 at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The project involves various site improvements, including the installation of ADA-compliant sidewalk ramps, concrete dumpster pads, asphalt repairs, sealcoating, and restriping, with a completion timeline of 120 days post-award. This initiative is crucial for maintaining infrastructure and ensuring accessibility while minimizing disruption to ongoing operations at the facilities. Interested contractors, particularly those listed on the General Requirements cover page, must submit proposals by September 13, 2024, and are encouraged to contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    CHILLER REPLACEMENT BLDGS A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers at multiple buildings within Marine Corps Base Camp Lejeune, North Carolina. The project, identified as "Chiller Replacement BLDGS A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237," aims to modernize HVAC systems by installing energy-efficient chillers while ensuring minimal disruption to ongoing operations. This initiative is crucial for maintaining operational efficiency and compliance with environmental standards, as it involves advanced technologies and adherence to the Buy American Act. Interested contractors must be pre-approved Mechanical MACC Contractors and submit their proposals by September 11, 2024, with an estimated project cost ranging from $1,000,000 to $5,000,000. For further inquiries, contractors can contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    FY24 Repair Fencing Multiple Locations
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the FY24 Repair Fencing project at multiple locations within Marine Corps Base Camp Lejeune, North Carolina. The project entails the demolition and replacement of approximately 11,577 linear feet of existing fencing, requiring contractors to provide all necessary materials, labor, equipment, and supervision for the installation of new fencing, which must meet specific federal specifications. This initiative is crucial for enhancing security at military installations and ensuring compliance with safety and environmental regulations throughout the construction process. Proposals are due by September 9, 2024, with an estimated project cost between $1 million and $5 million; interested contractors should contact Jessica Huebner or Lauren Loconto 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
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to participate in a Sources Sought notice for a Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services across Marine Corps Installations in North Carolina, South Carolina, and Georgia. The objective is to identify capable contractors who can manage multiple concurrent task orders involving a range of projects, including new construction, demolition, and renovation of various facilities, with an estimated total contract value not exceeding $975 million over five years. Interested firms must demonstrate relevant experience through completed projects, with specific bonding capacity requirements and a focus on prime contractor roles, and must submit their responses by September 12, 2024, to James Godwin at james.a.godwin41.civ@us.navy.mil.
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under the project title "RR465 MRSG Motor Pool Fence." The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security while ensuring minimal disruption to ongoing facility operations. This initiative is critical for meeting military security standards and improving the operational safety of the Marine Raider Support Group. Interested small businesses must submit their proposals by September 13, 2024, following a mandatory site visit scheduled for September 5, 2024. For further inquiries, potential bidders can contact Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    Solar Sign Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for preventative maintenance services on solar signs at Camp Lejeune, North Carolina. The contract requires the contractor to perform Quarterly Preventative Maintenance Checks and Services (PMCS) on eight solar signs, which includes tasks such as cleaning, lubrication, battery checks, and reporting necessary repairs to ensure proper operation. This maintenance is crucial for the functionality of solar-powered signage, which plays a significant role in communication and safety within military installations. Interested contractors, particularly small businesses, are encouraged to submit their quotes by the designated deadlines, with the contract period running from September 23, 2024, to September 22, 2027, and options for renewal thereafter. For further inquiries, potential bidders can contact John Reese at john.reese@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil.
    RR462 Bathroom Modification
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the RR462 Bathroom Modification project at Camp Lejeune, North Carolina. The project aims to convert Storage Room 104 into a bathroom, requiring the contractor to complete all necessary architectural, plumbing, mechanical, and electrical installations while minimizing disruptions to ongoing facility operations. This initiative underscores the government's commitment to enhancing facility accessibility and functionality, with an estimated project cost between $100,000 and $250,000 and a completion deadline of 240 days post-award. Interested contractors must submit their proposals electronically by September 12, 2024, and can contact Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
    B670 Load Bank Platform for DDGX Project
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of a load bank platform as part of the DDGX project at the Philadelphia Navy Yard. This project involves the installation of a steel-framed platform, re-roofing, site work, and security fencing, with an estimated cost between $5 million and $10 million and a completion timeline of 330 days post-award. The initiative is critical for enhancing operational capabilities while ensuring compliance with federal safety and security regulations. Interested small businesses must submit their proposals by September 16, 2024, following a mandatory site visit on September 4, 2024; for further inquiries, contact Georgia Scott at georgia.scott@navy.mil or call 757-341-0691.
    Tavrida Electric Circuit Breakers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of three outdoor circuit breakers and three stainless steel substation frames, both manufactured by Tavrida Electric. This requirement is set aside for woman-owned small businesses (WOSB) and is critical for replacing outdated equipment in distribution substations, ensuring compatibility and reliability within existing systems. Interested vendors must submit their offers by September 11, 2024, at 1:30 PM, with questions due by September 5, 2024; inquiries can be directed to Brandon Rivadeneyra at brandon.rivadeneyra@usmc.mil or Taylor Radford at taylor.radford@usmc.mil.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.