Repair BEQ M445
ID: N4008525R2687Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the NAVFAC Mid-Atlantic, is soliciting proposals for the repair of Bachelor Enlisted Quarters (BEQ) M445 at Marine Corps Base Camp Lejeune, North Carolina. This project involves extensive renovations, including updates to mechanical, electrical, and plumbing systems, as well as addressing hazardous materials such as lead paint and ensuring compliance with safety and environmental regulations. The estimated project cost ranges from $10 million to $25 million, with proposals due by July 9, 2025, and a project completion deadline set for 730 days post-award. Interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document outlines the Building Information Checklist as specified in UFC 1-300-08, primarily aiming to standardize data entry into a real property database for federal construction projects, using information from DD Form 1354. It includes a comprehensive five-part checklist requiring details for each facility, such as building identification, construction materials, utility connections, building systems, and installed equipment. Key components include the dimensions and materials of the building, the specifications for utility connections and fuel data, fire and security systems, as well as installed equipment information. The checklist ensures all associated utilities and structures are accounted for, including electrical distribution lines, water mains, and parking areas. This structured approach supports accurate documentation and compliance within federal procurement processes, providing vital information required for RFPs and federal grants, while facilitating efficient project management and resource allocation in state and local government contexts.
    ECS Southeast, LLC conducted an Asbestos and Lead-Paint Survey at Bachelor's Enlisted Quarters (BEQ) building M445, Marine Corps Base Camp Lejeune, to assess hazardous materials before proposed renovations. The building, measuring approximately 48,396 square feet and constructed in 1986, was found to be vacant. The asbestos survey involved sampling 42 materials, revealing no detectable asbestos, although caution is advised as untested materials behind walls and structural elements could contain asbestos. Conversely, the lead paint assessment identified several components containing lead, including metal doors, door frames, and CMU walls. Lead-containing paints pose significant health risks if disturbed. Recommendations included assuming all lead paints may contain hazardous levels and initiating monitoring during renovation activities to adhere to OSHA standards. The report emphasizes the importance of handling discovered materials per federal and state regulations. It serves as a critical reference for safety and compliance during upcoming renovations, highlighting necessary precautions for managing hazardous materials effectively.
    The government file outlines a Request for Environmental Impact Review for a project titled "M445 BEQ Repairs" at Camp Johnson, MCB Camp Lejeune. The purpose of the project is to upgrade barracks housing for class "A" student Marines, enhancing living conditions and addressing deteriorating infrastructure. The project's scope includes extensive repairs to a 48,396 square-foot building, originally built in 1986, with planned renovations to roofing, plumbing, electrical systems, and HVAC to alleviate health issues caused by mold and mildew. The upgrades aim to replace outdated and damaged components, enhance energy efficiency, and ensure compliance with safety standards. The project has a timeline from April 30, 2024, to April 30, 2026, and is expected to improve the quality of life for the Marines residing in the facility. The preliminary environmental survey indicates that the project will not involve significant land disturbance, tree removal, or negative impacts on groundwater and air quality. It will also not affect local ecosystems or cultural resources. The report reflects the government's commitment to maintaining safe and habitable living conditions for military personnel while complying with environmental regulations.
    The document outlines a Request for Proposals (RFP) for repair work at BEQ M445, MCB Camp Lejeune, North Carolina, with the solicitation number N40085-25-R-2687. The RFP covers seven distinct line items (ELINs) associated with various renovation tasks, including interior renovations, lightning protection installation, parking lot repairs, soil remediation, and the abatement of asbestos and lead materials. Each ELIN requires bidders to provide prices that encompass all labor, overhead, and profit. Notably, bidders must respond with proposals for all line items; failure to do so could lead to rejection of the offer. The overall evaluation will prioritize the cumulative pricing across all ELINs to assess bids, without obligating the government to exercise contract options. This undertaking emphasizes strict adherence to local and federal regulations regarding hazardous materials, ensuring thorough handling and disposal during the repair efforts. The RFP illustrates the government's commitment to maintaining safety and compliance standards in military facilities through required renovations.
    The document outlines the solicitation for the "Repair BEQ M445" project at Marine Corps Base Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2687, with a project completion deadline of 730 days post-award. The estimated project cost ranges between $10 million and $25 million, and the award will be based on the lowest price. Eligible contractors include specific firms listed in the document, and proposals are due by June 5, 2025. Requirements include adhering to wage determinations under the Davis-Bacon Act, with liquidated damages set at $880 per calendar day for delays. A site visit is scheduled for May 15, 2025, and an email address is provided for proposal submissions, along with a deadline for Requests for Information (RFIs) before May 22, 2025. The project necessitates compliance with federal labor regulations and includes guidelines for using domestic construction materials under the Buy American Act. This ensures that contractors utilize materials sourced from the U.S. or designated countries unless exemptions apply. Emphasis is also placed on safety standards and proper bonding procedures throughout the project. The document reinforces the importance of adhering to financial, safety, and regulatory protocols to ensure successful project execution.
    The document pertains to Amendment 0002 of Request for Proposal (RFP) N40085-25-R-2687, addressing various technical clarifications needed for a construction or renovation project. Key inquiries include the requirement for hospital knobs, the installation preference for water closet water valves (to utilize existing holes), and discrepancies in chilled and heating hot water piping sizes depicted in engineering drawings. The amendment clarifies that knobs should be installed in all areas except RFID lock locations, existing holes are to be used for flush valve lengths, and confirms that the correct sizes for specified piping are 4 inches for chilled water and 2 inches for heating hot water. All other terms and conditions stipulated in the original RFP remain unchanged. This document is vital for ensuring compliance with specified standards and enhancing the efficiency of the project execution.
    The document is an amendment to a government contract regarding demolition and renovation work at specified buildings. It addresses various inquiries from contractors about project specifics, including the disposal of scrap metal, expectations for serviceable furniture, and the required use of centipede sod for landscaping. Notably, it clarifies that all existing hydronics piping must be removed, contradicting assumptions about capping and abandoning it in place. The coordination of a staging area for debris and construction access points is also highlighted, as well as the compliance requirements for RFID locks being manufactured in the U.S. The amendment indicates that the project will not be phased and emphasizes the need for thorough pre-construction meetings to address logistics and safety. The responses are aimed at ensuring that contractors understand the necessary compliance with specifications and procedures, ultimately supporting the efficient execution of the demolition project while maintaining safety and regulatory standards.
    The document pertains to Amendment 0004 of federal Request for Proposals (RFP) N40085-25-R-2687, addressing key inquiries from potential bidders regarding specifications and compliance requirements. One major query seeks confirmation on the availability of “as-built” drawings for the M441 foundation to ascertain the presence and number of timber piles, with relevant drawings attached for reference. Another significant issue raised is the stipulation against granting a Buy American Act (BAA) waiver for RFID locks, with bidders struggling to locate compliant products manufactured in the U.S. The document clarifies that while a BAA waiver is not available, the Schlage AD-302 Electronic Lock serves as a designated acceptable option for this project. The amendment concludes by stating that all other terms and conditions of the RFP remain unchanged. This document is vital for maintaining compliance with federal procurement practices while clarifying technical specifications required for potential contractors.
    This document pertains to Amendment 0005 of the RFP N40085-25-R-2687, addressing technical questions regarding RFID locks for a project. The responses clarify that a Buy American Act (BAA) waiver for RFID locks will not be granted, and BAA-compliant locksets must be manufactured and programmed in the United States. The document also discusses the Schlage AD-302 electronic lock, highlighting its hardwired nature, power requirements, and integration with access control systems. The questions posed imply concerns about whether TAA (Trade Agreements Act) compliant locks might be acceptable as alternatives, given the challenges in sourcing compliant products. The answers provided reiterate specifications while confirming the necessity for secure installation by authorized integrators. Overall, this exchange emphasizes compliance with federal procurement guidelines and the technical specifics necessary for fulfilling the project's requirements, underscoring the significance of adhering to national manufacturing standards. All other terms and conditions of the RFP remain unchanged.
    This document serves as Amendment No. 0006 to solicitation N40085-25-R-2687, concerning the repair of BEQ M445. Its main purpose is to extend the deadline for receipt of proposals to July 9, 2025, at 1400 hours. The document emphasizes the importance of acknowledging this amendment when submitting proposals, as the failure to do so could lead to rejection. Additionally, it includes a pricing sheet and states that all other terms and conditions of the original solicitation remain unchanged. The amendment is administered by the NAVFAC Mid-Atlantic, and it is crucial for contractors to adhere to the new timeline set forth in this modification to ensure a fair and competitive bidding process. Overall, this amendment reflects federal guidelines for RFP modifications, ensuring efficient contract management and compliance with procurement standards.
    The document, N40085-25-R-2687 Amendment 0007, addresses several questions and answers concerning specifications for locks required in a government request for proposals (RFP). The primary focus is on clarifying the acceptable finishes and types of locks, specifically noting the use of marine-grade and cylindrical locks. Key responses confirm that a lock finish of 626 is acceptable, with the requirement that front and strike elements are made of stainless steel. Additionally, it is established that door levers can substitute for knob locks, since interchangeable core knob locks are not familiar to the respondents. There is also a request for model numbers of specific arm closers in finish 630, but the answer indicates participants should propose per the documentation provided. Overall, the amendment maintains that all other terms and conditions remain unchanged. This document is a vital part of the procurement process, ensuring clarity and compliance in the specifications for security hardware within the broader context of federal and local contract negotiations.
    The document pertains to Amendment 0008 of the Request for Proposal (RFP) N40085-25-R-2687 related to repair work at BEQ M445, MCB Camp Lejeune, North Carolina. It clarifies personnel requirements, allowing one individual to assume the roles of Superintendent and Safety & Health Officer while mandating the Quality Control Manager as a separate position. Key inquiries regarding pricing and project specifications are addressed, particularly concerning the work on a parking lot and unforeseen lead removal. The government confirms that the parking lot for milling, overlaying, and striping is adjacent to Building M450, and corrects a quantity miscommunication regarding lead removal from 200 cubic yards to 200 square feet. Additionally, the document outlines detailed pricing sheets for various work items (labeled as ELINs), requiring bidders to encompass all costs, including labor and overhead. The RFP insists on responses for all line items to maintain proposal integrity. These adjustments and clarifications aim to ensure all contractors are adequately informed to submit compliant and competitive bids while safeguarding health and environmental standards during construction activities.
    Amendment 0009 of the government RFP N40085-25-R-2687 addresses contractor inquiries regarding specifications for the asphalt parking lot and plumbing systems in a construction project. The amendment responds to requests for a site plan and detailed specifications for the parking lot needed to price a mill overlay and restriping, providing the CS101A drawing for reference. Additionally, it clarifies the intended replacement of all domestic cold and hot water piping system as the civil drawings indicated potential confusion regarding demolition and installation tasks. The clarification emphasizes the need for contractors to follow updated plans while removing and replacing existing water piping. Despite these updates and clarifications, all other terms and conditions associated with the RFP remain unchanged. This amendment reflects the government's commitment to ensuring clarity and precision in project specifications, essential for correct contractor bidding and execution.
    The document details a Request for Proposal (RFP) for the repair and renovation of Barracks M445 at Marine Corps Base Camp Lejeune, North Carolina. The project encompasses updating mechanical, electrical, and plumbing systems, adhering to specified building codes, including the Unified Facilities Criteria and National Fire Protection Association standards. It mandates the integration of fire safety measures and environmental controls, addressing both accessibility and life safety requirements. Key highlights include the necessity for field verification of existing conditions, compatibility with existing building materials during repair, and the smooth operation of surrounding facilities during construction. The document emphasizes the engagement of multiple specialized engineering firms to ensure comprehensive planning and compliance, covering structural, interior, and fire protection aspects. Furthermore, it outlines strict guidelines for construction practices, including site management and erosion control, as well as a detailed life safety inspection protocol, reinforcing the project's commitment to safety and regulatory adherence. Overall, this RFP underscores the government's strategic approach in enhancing military housing infrastructure while ensuring environmental protection and compliance with governing regulations, reflecting a dedication to the well-being of military personnel.
    The document outlines the Repair BEQ M445 project at MCB Camp Lejeune, NC, scheduled for completion by January 28, 2025. It provides a comprehensive overview of project requirements, including a detailed table of contents outlining various construction divisions, such as general requirements, existing conditions, concrete, masonry, and electrical systems. Key aspects include a phased construction schedule and strict adherence to safety, environmental controls, and existing work protection. The contractor must engage in proper planning for scheduling, utility interruptions, and compliance with base regulations, including access via the Defense Biometrics Identification System (DBIDS). The document emphasizes the importance of a project superintendent's qualifications, adherence to timelines for progress photos, and inclusion of various contracts and compliance submissions. Additionally, it mandates the use of the Electronic Construction and Facility Support Contract Management System (eCMS) for document management and outlines necessary insurance requirements. Overall, the document serves as a guiding framework for ensuring project execution aligns with federal standards, safety, and budgetary constraints while maintaining communication and reporting protocols with the governing authorities. This reflects the government's structured approach to public construction projects, emphasizing accountability and efficiency.
    Lifecycle
    Title
    Type
    Repair BEQ M445
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 for further information.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This project is exclusively open to specific Mechanical MACC contractors, including Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc., with an estimated cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The work involves the demolition of existing piping and installation of new systems, adhering to strict safety and regulatory standards, including compliance with the Davis-Bacon Act. Proposals are due by January 5, 2026, following a mandatory site visit on December 16, 2025, and interested contractors can reach out to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further inquiries.
    Repair Fuel System B4505
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. The project involves the repair of three fuel storage tanks, associated piping, and perimeter fence, with a focus on replacing tank and pipe coatings and repairing existing fence posts. This procurement is critical for maintaining operational readiness and compliance with government regulations, with an estimated contract value between $500,000 and $1,000,000. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested contractors must acknowledge the recent amendment to the solicitation and attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J. Hislop at meghan.j.hislop.civ@us.navy.mil.
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of two road plates on the Runway 23R Service Road at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7273833, is restricted to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors and has an estimated cost of less than $25,000, with a completion timeline of 60 calendar days. The work is critical for ensuring safe vehicle traffic over drainage channels and requires strict adherence to base regulations, including a mandatory site visit on December 15, 2025, and proposal submissions by December 30, 2025, at 12:00 PM EST. Interested contractors should contact Kathryn French Nethercutt at kathryn.l.nethercutt.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.