UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
ID: N4008525R2668Type: 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

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including RF shielding, reconfiguration of spaces, and the establishment of secure entrances, with a focus on consolidating study and training support infrastructure. This initiative is crucial for maintaining operational security and safety within military facilities. The estimated budget for this project ranges from $5 million to $10 million, with proposals due by May 5, 2025, and inquiries accepted until April 16, 2025. Interested contractors must contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623 for further details.

Point(s) of Contact
Files
Title
Posted
The RFP No. 1667133 pertains to the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. It outlines the project scope, which includes compliance with government safety and engineering standards for construction. The document details general requirements, construction procedures, and quality control measures, emphasizing the necessity for a qualified contractor with extensive experience in similar projects. Specific sections outline work restrictions, security protocols, and the management of equipment and materials. The proposal requires workers to be vetted for access to the military base, with enhanced safety measures and environmental controls throughout construction. The document also specifies procedures for submitting design and construction plans, emphasizing the importance of maintaining project timelines and communication between the contractor and government officials. Overall, this RFP serves as a comprehensive guide for potential contractors to understand the specifications, requirements, and security mandates necessary for successfully completing the project at NAS Oceana.
Apr 10, 2025, 8:06 PM UTC
This document is an amendment to Solicitation N40085-25-R-2668 concerning the upgrade of a controlled area within Building 310 at NAS Oceana, Virginia Beach, Virginia. The primary purpose of the amendment is to issue the Site Visit Sign-In Sheet, which is essential for contractors participating in the project. It extends the deadline for offer submissions and outlines the requirements for acknowledging receipt of the amendment, which is crucial for ensuring compliance with submission protocols. Contractors must respond to the amendment through specified methods to avoid rejection of their offers. Aside from the issuance of the sign-in sheet, all other terms and conditions of the original solicitation remain unchanged. This amendment reflects standard procedures for federal solicitations and modifications, emphasizing the importance of administrative compliance and clear communication of changes. The overall process is designed to facilitate contractor engagement while adhering to federal mandates.
Apr 10, 2025, 8:06 PM UTC
The government file pertains to a Request for Proposals (RFP) concerning the upgrade of the controlled area in Building 310 at NAS Oceana. The RFP number associated with this project is N4008525R2668, and it has a specified cutoff date for proposal submissions of April 16, 2025. The document is structured to invite potential offerors to submit their proposals, addressing any specific questions and providing government responses as needed. The main focus of this RFP is on enhancing the facilities at NAS Oceana, which may involve infrastructure improvements, safety upgrades, and compliance with relevant regulations. This initiative underscores the federal government's commitment to maintaining and upgrading military facilities to ensure operational efficiency and safety. The format includes a reference section to address inquiries, showcasing a structured approach for managing offers and responses within the proposal evaluation process.
Apr 10, 2025, 8:06 PM UTC
The document outlines the procedures for obtaining access to Naval Air Station Oceana (NASO), Dam Neck Annex (DNA), and the DEVGRU compound for contractors and personnel. Access requests are processed via specific Excel spreadsheets or Word documents depending on the type of access required, with a vetting process for background checks by security. Key instructions for completing the Sponsor Verification Spreadsheet and the Contractor Flight Line Vehicle Access request are provided, including required information about individuals and vehicles requesting access. For NASO and DNA access, the completed spreadsheet must be submitted to the designated NAVFAC email, ensuring proper formatting and completeness. For DEVGRU access, contractors must already have NASO/DNA access and submit a specific Excel format spreadsheet to a designated contact. The document emphasizes that faxes are not accepted, and all submissions must adhere to the outlined formats to ensure approval. Contact information for further assistance is provided at the end. This guide is essential for navigating the access application process within a federal context, ensuring compliance with security protocols.
Apr 10, 2025, 8:06 PM UTC
The document outlines a standardized form required for the processing and management of access requests within specific government facilities. It lists essential fields that need to be completed, including personal details of the requestor (last name, first name, middle name), facility affiliation, company name, sponsor information, and contact details such as email and phone number. Additionally, it specifies operational parameters, such as access hours and whether the request pertains to flight line usage. The main purpose of this form is to facilitate the coordination and verification of access to sensitive areas, ensuring compliance with security protocols associated with federal and local operational requirements. The systematic collection of this data aims to streamline the approval process and enhance overall site security.
Apr 10, 2025, 8:06 PM UTC
The government document presents a Request for Proposals (RFP) for the "Upgrade to Controlled Area" project at Naval Air Station Oceana, Virginia Beach, VA, under Solicitation No. N40085-25-R-2668. The project encompasses security enhancements to Building 310 to comply with Controlled Area standards. Key tasks include installing RF shielding, reconfiguring spaces, and establishing secure entrances, with efforts aimed at consolidating study and training infrastructures. The estimated budget falls between $5 million to $10 million, and completion is required within 730 days from the contract award. Only contractors holding specific indefinite-delivery contracts are eligible to submit proposals. Submission includes a variety of forms, with a focus on price evaluation being the primary criterion for award. Contractors must prepare for a mandatory site visit on April 9, 2025, and inquiry submissions are due by April 16, 2025. Proposals are due by May 5, 2025, with late submissions not accepted. This solicitation reflects the government's commitment to providing secure facilities that meet operational requirements while reinforcing compliance with safety and regulatory standards.
Apr 10, 2025, 8:06 PM UTC
The Oceana 8A IDIQ outlines the general requirements and procedures for construction projects at the Naval Air Station Oceana. It includes detailed sections such as work restrictions, price and payment procedures, and administrative requirements necessary for contract management. The document emphasizes the need for safety compliance, quality control, and the proper handling of government-furnished materials. Key components include a summary of work, submittal procedures, coordination with existing operations, and detailed payment guidelines. Contractors must prepare schedules for construction activities, maintain communication about project progress, and ensure proper documentation for invoicing. Emphasis is placed on working within occupied facilities, adhering to security protocols, and managing disruptions to existing operations. Additionally, the IDIQ outlines the necessity of a preconstruction meeting and specifies contractor qualifications, insurance, and safety training requirements. Overall, the document aims to ensure effective project execution while minimizing disruption to ongoing operations.
Apr 10, 2025, 8:06 PM UTC
The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, a requirement in federal contracts as per the John S. McCain National Defense Authorization Act. It emphasizes the prohibition against offering equipment or services that utilize covered telecommunications technologies. Offerors must ascertain their compliance by stating whether they provide or use such covered services or equipment through specific representations. Key definitions relevant to telecommunications context are provided, and Offerors must perform due diligence by checking the System for Award Management for excluded parties. Additionally, if Offerors indicate they provide or use covered telecommunications, they must disclose detailed information about the equipment and services involved. The provision ensures government procurement maintains security standards by preventing the use of potentially harmful telecommunications technologies in contracts. This requirement is part of broader efforts to secure federal operations against threats to information integrity and system security.
Apr 10, 2025, 8:06 PM UTC
The document is currently inaccessible due to a technical issue with the PDF viewer. As such, no specific content regarding federal government RFPs, grants, or state/local RFPs could be evaluated. Summarizing requires information on the primary topics, key ideas, and structural details within a functional document. Given the absence of such content, it's impossible to conduct an analysis or generate a concise summary. Further steps, including a review of the main topic and extraction of central ideas, cannot proceed until the file displays correctly. For an accurate and informative summary, the contents of the document need to be accessed and understood.
Apr 10, 2025, 8:06 PM UTC
The document outlines the wage determination for construction projects in Virginia Beach, Virginia, governed by the Davis-Bacon Act. It stipulates minimum wage rates and employee protections under Executive Orders 14026 and 13658 for federal contracts. Contracts initiated or extended after January 30, 2022, must pay a minimum of $17.75 per hour, while contracts from January 1, 2015, to January 29, 2022, require at least $13.30 per hour unless higher rates apply. The document details various labor classifications, their associated wage rates, and fringe benefits, such as for asbestos workers, boilermakers, and elevator mechanics, among others. Additionally, it describes the process for appeals regarding wage determination decisions. The comprehensive wage rates reflect both union and non-union classifications, highlighting the prevailing rates for various skilled labor in the local construction industry. This wage determination is essential for ensuring fair compensation and compliance with federal labor standards in publicly funded construction projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Q-1075 SOF OPERATIONS BUILDING ADDITION AND RENOVATION, NAVAL AIR STATION OCEANA, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking qualified small business firms for the construction of the Q-1075 Special Operations Forces (SOF) Operations Building Addition and Renovation at Naval Air Station Oceana in Virginia Beach, Virginia. This project involves a two-story addition and renovations to the existing Building 368, which will expand high-bay space, enhance operational areas, and incorporate necessary cybersecurity measures and Anti-Terrorism/Force Protection features. The estimated construction cost ranges from $25 million to $100 million, with the contract award anticipated in September 2025. Interested firms must submit their qualifications, including bonding capacity and relevant project experience, by April 18, 2025, to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil.
INSTALL CANOPY FOR F-14 PAD & F-31 PAD AIRFIELD, NAS OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the installation of steel canopies over existing concrete pads F-14 and F-31 at Naval Air Station Oceana in Virginia Beach, Virginia. The project involves not only the installation of the canopies but also the repair or replacement of any existing work that may be altered during construction, ensuring that the final condition meets or exceeds the original state. This initiative is part of broader efforts to enhance airfield infrastructure and operations, with an estimated budget ranging from $500,000 to $1,000,000 and a completion timeline of 270 calendar days. Interested contractors, specifically those in the MACC Group ID: ML-C00075, must submit their proposals by May 2, 2025, and can direct inquiries to Abigail Reed at abigail.m.reed13.civ@us.navy.mil or by phone at 757-433-1029.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which includes the demolition of existing structures and the establishment of various operational spaces to support Navy personnel. The facility is critical for enhancing military operational capabilities and must adhere to stringent federal construction standards, including compliance with safety, security, and environmental regulations. Interested contractors must submit their proposals electronically by the extended deadline of April 15, 2025, with a total project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
REPAIR FIELD LIGHTING/ADD TIMER- FIXTURES AND CROSSMEMBERS, BLDG 624, NAS OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the repair of field lighting and the addition of timer fixtures and cross members at Building 624, Naval Air Station Oceana in Virginia Beach, Virginia. The project involves the demolition of existing lighting fixtures and electrical components, followed by the installation of new LED fixtures and necessary controls, with a completion timeframe of 120 days from the award date. This initiative is crucial for enhancing safety and operational efficiency at military facilities, with an estimated budget ranging from $250,000 to $500,000. Interested contractors under the 8(a) IDIQ MACC construction contract must submit proposals by April 17, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.
P325 HUMAN PERFORMANCE TRAINING CENTER
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the construction of the P-325 Human Performance Training Center at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. This Design-Build project involves constructing a two-story, 40,000 gross square feet training facility for Naval Special Warfare, including the demolition of three existing buildings, with an emphasis on high-performance standards and sustainable building practices. The contract value is estimated between $25 million and $100 million, with a completion timeframe of 859 calendar days post-award, and proposals are due by April 22, 2025. Interested contractors should contact Angela Clifton at angela.j.clifton2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further details and to ensure compliance with submission requirements.
DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, Virginia Beach, Virginia. The project involves the demolition and installation of DDC network modems across multiple buildings within the annex, aimed at modernizing control systems to enhance operational efficiency. This initiative is part of a broader federal effort to maintain and upgrade critical infrastructure, with an estimated contract value between $250,000 and $500,000. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals by April 18, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring and ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-1667 for further details.
SOURCES SOUGHT FOR DESIGN-BUILD, RM24-3467 RENOVATE SP17 FOR FLEET LEGAL SERVICES, NAVAL STATION NORFOLK, NORFOLK VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified firms to provide design-build construction services for the RM24-3467 project, which involves renovating Building SP-17 at Naval Station Norfolk, Virginia, to establish a Fleet Legal Services Complex. This project includes partial demolition, renovation, and new permanent modular construction, aimed at supporting the legal needs of the U.S. Navy Second Fleet and is estimated to cost between $100 million and $250 million. Interested contractors, both large and small, must submit their qualifications, including bonding capacity and relevant construction experience, by April 16, 2025, with the anticipated contract award date set for October 2025. For further inquiries, interested parties can contact Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.