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
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic (NAVFACSYSCOM), 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 an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors must hold specific indefinite-delivery contracts to submit proposals, with a submission deadline set for May 5, 2025, and inquiries due by April 22, 2025. For further information, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.

    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.
    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.
    The document is an amendment to Solicitation N40085-25-R-2668 concerning an upgrade to a controlled area in Building 310 at NAS Oceana, Virginia Beach, Virginia. The primary purpose of the amendment is to extend the deadline for the Pre-Proposal Inquiry (PPI) from April 16, 2025, to April 22, 2025. It also includes responses to PPI inquiries, an update to the Scope of Work, and a revised floor plan for Building 310. Attached documents consist of a Master PPI Spreadsheet detailing NAVFAC responses, a concept plan, and an amendment to the project scope. Additionally, the amendment advises contractors that As-Builts and photographs of Building 310 will be distributed via a DoD SAFE email, which must be accessed within seven days before the link expires. The document maintains the original solicitation's terms and conditions, underscoring its significance in facilitating government RFP processes. This amendment reflects standard procedural updates in federal contracting, ensuring clarity and compliance in project execution.
    The document is an amendment to solicitation N40085-25-R-2668 regarding upgrades to the controlled area of Building 310 at NAS Oceana, Virginia Beach, Virginia. Its main purpose is to provide PPI responses and to include three additional attachments pertinent to the project: the HDR Energy Conservation Project 2015, ESPC OCEANA B310 ASB 11-5-10, and AECOM ESPC DESIGN BLDG_310_-_AS-BUILTS. The amendment also notes the requirement for contractors to acknowledge receipt to avoid rejection of their offers. The attachment of these documents is critical for informing contractors about past projects and expectations, ensuring they have the necessary context to provide informed proposals. Overall, this amendment serves to clarify and enhance the solicitation terms, demonstrating the government's intent to improve the project's execution through detailed documentation.
    The document is an amendment to the solicitation for a project titled "Upgrade to Controlled Area, Building 310, NAS Oceana, Virginia Beach, Virginia." Its primary purpose is to provide site visit pictures related to the project. This amendment extends the deadline for receipt of offers and requires contractors to acknowledge this amendment to avoid potential rejection of their offers. Included are four zipped files containing a total of 40 pictures from the site visit, which are likely intended to assist bidders in understanding the project scope and site conditions. Overall, this document functions within the framework of government Request for Proposals (RFPs) by facilitating the bidding process, supporting contractors in preparing competitive offers, and ensuring compliance with federal procurement processes. The amendment reiterates that all other terms and conditions from the original solicitation remain unchanged and in effect.
    The document is an amendment to Solicitation N40085-25-R-2668 for the upgrade of the controlled area at Building 310, NAS Oceana, Virginia Beach, Virginia. The primary purpose of this amendment is to issue responses to the Pre-Proposal Inquiries (PPI) and introduce Amendment 0002 to the Scope of Work. It extends the deadline for receipt of offers as specified in the original solicitation, providing instructions for acknowledgment of this amendment. The document outlines the processes for bidders to confirm their receipt of the amendment, which is critical for maintaining their eligibility for submission. Additionally, it includes attached documents that detail amended work requirements and responses from the Navy Facilities Command (NAVFAC). As part of the contractual modifications, the document emphasizes that all other terms and conditions remain unchanged. This amendment is integral for ensuring that potential contractors have the latest project information and clarifications essential for bidding effectively, reflecting the ongoing commitment to enhancing military infrastructure.
    This document is an amendment to the solicitation titled "Upgrade to Controlled Area, Building 310, NAS Oceana, Virginia Beach, Virginia" (Solicitation No. N40085-25-R-2668). The primary purpose of the amendment is to issue Project Performance Information (PPI) responses related to the solicitation. The effective date of the amendment is designated as May 1, 2025, and it provides specific instructions for contractors to acknowledge receipt of the amendment in their proposals. Changes to the solicitation are outlined in Section 14, although the document notes that all other terms and conditions remain unchanged and in full effect. The amendment acts as an official notice to potential bidders regarding updates, allowing them to adjust their submissions if necessary. This document is critical for ensuring transparency and compliance in federal contracting processes, particularly for projects involving upgrades to infrastructure at military installations.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is preparing to solicit proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity Norfolk, Virginia. This project aims to construct a permanent modular facility that will provide essential administration and operational spaces for NATO JFCNF, including site preparations, utility tie-ins, and various construction services. The contract, valued between $100 million and $250 million, is expected to be awarded by April 2026, with a completion timeline of 730 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    NAO HQ Emergency Operations Center Repairs and Upgrades
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to solicit bids for the repair and upgrade of the NAO HQ Emergency Operations Center located in Norfolk, Virginia. The project aims to establish a fully functional Emergency Operations Center (EOC) that will support the District Commander in responding to various emergencies, requiring comprehensive interior renovations, installation of backup power systems, and procurement of necessary furniture and equipment. This procurement is a total small business set-aside, with an estimated construction value between $1 million and $5 million, and the solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website around January 2026. Interested contractors should monitor the PIEE website for updates and are encouraged to contact Amy Coody or Tiffany Kirtsey for further inquiries.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the conference room HVAC system at the Navy Gateway Inns & Suites (NGIS) Oceana, Building 460, located in Virginia Beach, Virginia. The project entails inspecting, removing, and replacing non-functional components of a 7.5-ton Trane HVAC unit to restore its full operational capability, with a completion timeline of 21 calendar days following the Notice to Proceed. This contract, estimated at less than $25,000 and funded by Navy Non-Appropriated Funds, is not a small business set-aside and requires compliance with various safety and building codes. Quotes are due by December 9, 2025, at 3:00 PM ET, and interested contractors should direct inquiries and submissions to the Contracting Officer, Kaitlyn Garcia, at kaitlyn.garcia@nexweb.org, or the Contract Specialist, Leanat Delacruz, at leanat.delacruz@nexweb.org.
    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.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    Navy Recruiting Center, Virginia Beach, VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,400 usable square feet of commercial retail space in Virginia Beach, VA, to serve as a Navy Recruiting Center. The space must meet specific requirements, including a secondary egress, adequate parking for five government vehicles, and compliance with various safety and accessibility standards. This procurement is crucial for supporting military recruitment efforts and ensuring operational efficiency. Proposals are due by 2:00 PM on December 22, 2025, and interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.