ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Demolish Vacant Barracks Buildings 532 and 132H Naval Station Great Lakes

DEPT OF DEFENSE N4008526R0090
Response Deadline
Apr 7, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

NAVFACSYSCOM Mid-Atlantic, for the Department of the Navy, is soliciting a firm-fixed-price demolition contract to remove vacant Bachelor Enlisted Quarters Buildings 532 and 132H at Naval Station Great Lakes in Great Lakes, Illinois. The work covers complete demolition and removal of each building, including foundations, footings, column footings, associated utilities, and related site preparation, with price sheets also addressing asbestos-containing materials tied to the demolition. The solicitation emphasizes technical approach, relevant demolition experience, safety, past performance, environmental control, utility coordination, and compliance with stormwater and dewatering requirements, with a 520-calendar-day period of performance. Proposals are due April 7, 2026, at 12:00 PM CT, and a site visit was held on March 10, 2026.

Classification Codes

NAICS Code
238910
Site Preparation Contractors
PSC Code
P400
SALVAGE- DEMOLITION OF BUILDINGS

Solicitation Documents

38 Files
N4008526R00900002 SF 30.pdf
PDF734 KBMar 20, 2026
AI Summary
Amendment 0002 to Solicitation N4008526R0090 outlines the requirements for the demolition of vacant BEQ Buildings 532 and 132H at Naval Station Great Lakes, IL. This Firm Fixed Price construction project, set aside for SDVOSBs, has an estimated value of $5-10 million. The amendment updates pricing sheets and includes various attachments. Proposals are due by April 2, 2026, and must include price and technical proposals covering technical approach, experience (construction and design), past performance, safety, and technical solution. Key evaluation criteria include relevant experience in multi-story demolition projects over $2 million, safety rates (DART and TCR), and a comprehensive technical solution covering demolition, site preparation, schedule, environmental, and utility coordination. A site visit is scheduled for March 10, 2026.
9. Price Sheet_B132H Add 02_3.5.26.pdf
PDF179 KBMar 20, 2026
AI Summary
The provided document is a price schedule for a government Request for Proposal (RFP) detailing the costs associated with the demolition of vacant BEQ Building 132H and the removal and disposal of various asbestos-containing materials. It outlines line items for the total demolition work and specific unit prices for the removal and disposal of asbestos from mudded pipe fittings, HVAC vibration cloth, roofing material, fire doors, and subgrade and utility piping. The schedule requires a total price for all six line items, which must also be entered on SF 1449 Line Item 0002.
8. Price Sheet_B532 Add 01_02.27.2026.pdf
PDF84 KBMar 6, 2026
AI Summary
This government Price Schedule outlines the costs associated with the demolition of Vacant BEQ Building 532, including the base price for the entire project and unit prices for the removal and disposal of various asbestos-containing materials. Line items detail quantities and units for the removal of asbestos-containing mudded pipe fittings, TSI, fire doors, debris, and subgrade piping. This document is a critical component of a government RFP, providing a structured breakdown for contractors to submit their bids for a project involving significant asbestos abatement.
9. Price Sheet_B132H Add 01_02.27.2026.pdf
PDF142 KBMar 6, 2026
AI Summary
This government file is a price schedule for a Request for Proposal (RFP) focused on the demolition of Vacant BEQ Building 132H. The schedule outlines line items for the base price of the entire demolition work and various unit prices for the removal and disposal of specific asbestos-containing materials. These materials include mudded pipe fittings, vibration cloth on HVAC, roofing material, fire doors, and subgrade piping. The document requires vendors to provide unit prices for each of these items, indicating quantities in various units like each, linear feet, and square feet, to calculate sub-totals and a total price for the project. This structure helps the government agency assess and compare bids for the demolition and hazardous material abatement.
Site Visit Roster 3.10.26.pdf
PDF82 KBMar 20, 2026
AI Summary
The document is a sign-in sheet for a site visit to DEMO VACANT BEQs B132H and B532, organized by NAVFAC on March 10, 2026. The attendees include numerous NAVFAC personnel and representatives from various demolition, construction, and environmental companies such as National Wrecking, Brute LLC, Integrated Demolition, Valor Construction, Foundation Mechanics, Milburn Demolition, Equip-CO Unlimited of NY, Enviro Vantage, DSG, AMS Industries, EHC Industries, JEHO Industries, EFS, Vonn Services, Enger Vavra, Lake County Grading, Dynotec, Johler Demo, Alpine Demolition, and Colfax Corporation. The purpose of this site visit, indicated by the participation of demolition and construction companies, is likely related to a future Request for Proposal (RFP) or contract for the demolition or renovation of the vacant barracks.
N4008526R00900003 SF 30.pdf
PDF574 KBMar 20, 2026
AI Summary
Amendment 0003 for solicitation N4008526R0090, issued by NAVFACSYSCCOM MID-ATLANTIC, extends the offer receipt period and distributes the site visit roster for the DEMO BEQs B532 and 132H project. This amendment details methods for offerors to acknowledge receipt, emphasizing that failure to do so may result in rejection of their offer. It also outlines modifications to contracts/orders, specifying authorities for changes and administrative adjustments. Key attachments include scope documents and drawings for both BEQs, price sheets, and the site visit roster, crucial for contractors interested in the demolition and associated work. The amendment ensures all previous terms and conditions remain in effect, underscoring the importance of adherence to updated deadlines and included documentation.
8. Price Sheet_B532 Add 02_3.5.26.pdf
PDF133 KBMar 20, 2026
AI Summary
This document outlines a price schedule for the demolition of Vacant BEQ Building 532, specifically detailing costs for asbestos removal and disposal. The schedule requires line item prices for various asbestos-containing materials, including mudded pipe fittings (850 EA), TSI (500 LF), fire doors (2 EA), debris (50 SF), and subgrade/utility piping (1,500 LF). The total price for these services, along with a base price for the entire demolition work, must be provided and also placed on line item 0001 of SF 1449. This document is a critical component of a government Request for Proposal (RFP), enabling potential contractors to bid on the project by providing a detailed cost breakdown for the required demolition and hazardous material abatement services.
15. water near B532.pdf
PDF86 KBMar 20, 2026
AI Summary
The document appears to be a highly abbreviated diagram or map, likely related to infrastructure or property layouts, given the context of government RFPs, federal grants, and state/local RFPs. It contains a series of numbers, letters, and very short textual fragments such as street names ('LUCE BLVD.', 'CLUVERIUS AVE.', 'EVANS. AVE') and what could be identifiers ('71', '441', '1G', '713', '69', '10', '70', '721', '8ª', '72', '720A', '720', '532', '519', '4', '8 !!', 'GLMAIN-PW-SA -MAN', 'P', '520', '10', '53', '1.2A', '535', '646', '12', '6', '632A', '510', 'D', '6', '629', '632', '8ª', '536', '631A', '45A', '45'). The presence of street names strongly suggests a geographical or urban planning context. The numerical sequences, some followed by symbols like 'ª' or '!!', might represent plot numbers, utility lines, building identifiers, or specific points of interest. The phrase 'GLMAIN-PW-SA -MAN' could potentially be an acronym or code related to a main power or service area. Without further context, it is difficult to ascertain the exact purpose, but it likely serves as a reference for a larger project, possibly for construction, urban development, or utility management, requiring detailed proposals or grants. The document is essentially a visual aid or a data key, rather than a narrative text, designed to convey spatial or itemized information concisely.
14. Water near 132H.pdf
PDF83 KBMar 20, 2026
AI Summary
The provided document appears to be a highly technical schematic or map detailing underground infrastructure, likely utility lines, within a specific area. It indicates locations of buried and capped lines, possibly related to gas (GLMAIN-PW-SA-HOS), water, or other conduits. Key features include numerical designations (e.g., 451, 453, 244, 172), depth indicators (e.g., 10', 12'', 16''), and street names (SHERIDAN PI, SECOND ST). The presence of terms like "Buried," "Capped," and "Closed" suggests information critical for construction, maintenance, or hazard assessment related to underground utilities. The document's purpose is to provide a precise visual record of these installations, essential for government RFPs related to infrastructure projects, grants for urban development, or state/local RFPs for utility management and public safety.
13. NOIsubmittal.pdf
PDF78 KBMar 20, 2026
AI Summary
This document outlines the process for submitting a Notice of Intent (NOI) related to stormwater discharge, likely for a construction project under an NPDES permit. Key instructions include designating
12. IL Urban Manual_Dewatering.pdf
PDF153 KBMar 20, 2026
AI Summary
The ILLINOIS URBAN MANUAL PRACTICE STANDARD CODE 813 outlines criteria for dewatering construction sites to minimize environmental impact and ensure safety. This practice involves the controlled removal of water to prevent sediment transport, groundwater pollution, and to preserve natural resources. It applies to construction sites with surface water, high water tables, or where water pumping operations occur, excluding chemically polluted water. Key criteria include diverting surface water using cofferdams, channels, and temporary diversions, and removing water via drains, sumps, and pumps, often utilizing well points and deep wells. Sediment control is paramount, with practices like temporary sediment traps, portable sediment tanks, and sediment filtration bags. Plans must detail dewatering methods, locations, and be integrated into the Storm Water Pollution Prevention Plan, including inspection and maintenance schedules to ensure compliance and proper operation.
11. GRLK_XXXX_YYYYY_1966_TYP BKS 0.75 INCH WALL SECTIONS ARCHITECTURAL_1120522.pdf
PDF15442 KBMar 20, 2026
AI Summary
This government file, dated June 11, 1969, from the Department of the Navy, Bureau of Yards & Docks, Midwest Division, provides architectural and engineering details for typical construction sections related to barracks and a mess hall at the U.S. Naval Training Center in Great Lakes, Illinois. The document includes various cross-sections, elevations, and detailed drawings for elements such as roof slabs, window projections, concrete blocks, and waterproofing membranes. Key details illustrate construction methods for built-up roofing, rigid insulation, asphalt bases, and the integration of different materials like precast concrete and metal panels. Specific sections address waterproofing and dampproofing for basement walls, crawl spaces, and areas around windows and doors, with particular attention to barracks numbers 531, 532, 533, and 534. The file emphasizes drainage, insulation, and the structural components of these facilities, with notes on typical conditions and specific requirements for different areas within the barracks and mess hall complex.
10. GRLK_BLDG_YYYYY_1966_SERVICE SCHOOL BRKS AND MESS HALL 500 BLOCK BK_1120572.pdf
PDF1719 KBMar 20, 2026
AI Summary
The document outlines structural details and schedules for the Service School Barracks and Mess Hall at the U.S. Naval Training Center, Great Lakes, Illinois. It includes detailed drawings and specifications for reinforcing steel, bar bending, column schedules, and typical column splices. Key components such as barracks, schedules for beams, slabs, and lintels, and various dimensions for columns are provided. The document emphasizes specific requirements for bar placement, dowel provision, and steel fastening, including notes on bar bending and critical dimensions. It also contains revision logs indicating drawing corrections and incorporated changes by the architects and engineers, underscoring its role as a technical guide for construction and modification within a federal government project for the Department of the Navy.
9. GRLK_BLDG_P641A_1998_BACHELOR ENLISTED QRTRS BLDG. P641A FOUNDATION _99999.pdf
PDF8132 KBMar 20, 2026
AI Summary
The document outlines the First Floor/Foundation Plan for Building 35LE at the Naval Midwest Region, Department of the Navy. It details specific construction notes, including requirements for abbreviations, legends, general notes, and wall footing schedules found on other drawings (S1.0, S1.01, and S3.0). Key instructions include aligning concrete wall vertical construction and control joints with CMU control joints, with a maximum spacing of 68'-0" for construction joints. Pipe sleeves at exterior dropped footings and rectangular openings in foundation walls must coordinate their size and location with mechanical/electrical drawings. The finished floor elevation is set at 0'-0". The plan provides a scaled drawing (1/8" = 1'-0") with a north arrow, illustrating the layout and various structural components. The document was created on July 17, 1998.
8. GRLK_BLDG_P641_1998_BACHELOR ENLISTED QRTRS P641 & P641A EXTERIOR W_99999.pdf
PDF13350 KBMar 20, 2026
AI Summary
The provided government file details typical wall and floor construction, as well as window systems, for a building project. Key elements include various brick types (NH-1, NH-2), CMU courses, rigid insulation, and mineral fiber batt insulation for exterior walls. Floor construction features lightweight concrete roofs and precast concrete floor planks with toppings. Window systems are prefinished metal, horizontal sliding, thermally broken, and insulated glass, with detailed sealing requirements at heads and sills. The document also specifies metal scuppers, downspouts, roof saddles, and precast concrete lintels. Structural steel elements require fire protection to meet floor, roof, or wall fire ratings. Foundation details include concrete foundations and footings, with rigid insulation at the perimeter. The file emphasizes material specifications, construction methods, and adherence to structural and safety standards.
7. GRLK_BLDG_P641_1998_BACHELOR ENLISTED QUARTERS BLDG P641 SECTIONS _99999.pdf
PDF5879 KBMar 20, 2026
AI Summary
This government file details structural reinforcement and construction plans for various components, likely part of an RFP for infrastructure or building projects. It includes specifications for column reinforcement, footing designs (18'x6'x2'-6" thick and 7'x7'x1'-4" thick), and slab-on-grade construction. Key details cover rebar sizing and spacing, dowel connections, and hook requirements for structural integrity. The document also addresses specific elements such as a removable grating, control joints, and a steam pit with a pipe sleeve for steam lines. Welding specifications and the use of waterstops are included to ensure watertight and robust construction. Overall, the file provides precise engineering drawings and material requirements for foundational and structural work.
6. GRLK_BLDG_P641_1998_BACHELOR ENLISTED QUARTERS BLDG P641 FOUNDATIO_99999.pdf
PDF9263 KBMar 20, 2026
AI Summary
This government file outlines detailed architectural and structural specifications for a construction project, focusing on various opening dimensions, wall configurations, and essential construction notes. Key elements include dimensions for Wide-High (WDExHGH) openings (e.g., 3.0 WDExHGH OPNG, 9.0 WDEx16 HGH OPNG, 2.0 WDEx1+6 HGH OFNG, 4.0 WDEx2.0 HGH OPNG, and 2.6 WDEx HGH OPNG), along with specific reinforcement details like "TOP EXTRA" and "SLAB W/6x6 W2.9xW2.9 TOP REINFORCEMENT TYP." The document also provides critical instructions for coordinating with mechanical and electrical drawings for pipe sleeves and rectangular openings, and with elevator contractors for blockouts. General notes emphasize coordination for abbreviations, legend, finished floor elevations, wall footing schedules, and vertical construction/control joints for concrete walls aligning with CMU control joints, ensuring maximum spacing of 68'0". This file serves as a comprehensive guide for contractors, ensuring adherence to design and structural requirements.
5. GRLK_BLDG_P641_1998_BACHELOR ENLISTED QUARTERS BLDG P641 & P641A S_99999.pdf
PDF8086 KBMar 20, 2026
AI Summary
This government file, likely an architectural or engineering drawing set, details various construction connections and typical structural supports, specifically focusing on precast plank systems and their integration with steel beams and walls. The document includes detailed diagrams for shallow and deep steel beam precast supports, precast plank intersections, and wall connections at keyways and cores. Key elements illustrated include gypsum topping, Korolath insulation, grout fill, and bent rebar, with specific dimensions and load requirements (e.g., 6k horizontal load). The document also outlines typical details for precast plank side exterior/shaft conditions, intersections with differing orientations, and interior wall conditions. Notations address omissions at the roof, coordination with precast fabricators, and references to architectural plans. The file includes a record drawing date of July 17, 1998, a specification number, and a construction contract number (N62467-96-C-0757), indicating its origin as part of a federal government project, likely a construction RFP or a grant-funded project requiring detailed design specifications.
4. GRLK_BLDG_P641_1998_BACHELOR ENLISTED QUARTERS BLDG P641 & P641A S_3.pdf
PDF9794 KBMar 20, 2026
AI Summary
This government file details typical foundation and wall construction elements, likely for a construction RFP or grant. It includes various wall footing types (1, 2, 3), slab details, and concrete wall specifications. The document outlines rebar schedules, dowel requirements, and horizontal/vertical reinforcement. Key components include lean concrete, utility line sleeves, expansion joints, and control joints. It also specifies details for equipment bases, thickened slabs, and floor construction. The file emphasizes adherence to architectural and site drawings, general notes, and specifications. Bottom of footing elevations are referenced to the top of the floor slab, with actual datum elevations found in site drawings. This detailed technical drawing provides essential information for structural integrity and construction methodology.
3. 0GRLK_BLDG_533_1968_SERVICE SCHOOL BRKS - BLDG. 533 TYP. BKS .75 W_1206515.pdf
PDF1465 KBMar 20, 2026
AI Summary
This government file details architectural and engineering drawings for Naval Training Center Great Lakes, specifically for Service School Barracks Building No. 533. The document includes various sections such as typical roof details, built-up roofing, insulation specifications, and waterproofing membranes. It also provides typical wall sections for bedrooms and corridors, illustrating construction details, and includes graphic scales for accurate interpretation. The file appears to be a record drawing, emphasizing the structural and material components of the building. Key sections highlight basement wall construction, screen installations, and flashing details, demonstrating a comprehensive architectural plan for the barracks. The document also lists
2. 0GRLK_BLDG_533_1966_SERVICE SCHOOL BRKS AND MESS HALL BKS 533 EXTE_1120520.pdf
PDF1170 KBMar 20, 2026
AI Summary
This government file details architectural plans for the U.S. Naval Service School Barracks and Mess Hall, specifically Barracks No. 533, focusing on exterior elevations. The document, prepared by CARLOS & SMITH, INCORPORATED for the Department of the Navy, Bureau of Yards & Docks, Midwest Division, at Great Lakes, Illinois, includes detailed drawings of building numbers, expansion joints, glass types, and material specifications like precast concrete, face brick, and exposed concrete finishes. It specifies floor line elevations, window details, and aluminum building numbers. The plans highlight structural elements and finishes, indicating the design for the barracks and mess hall facility. This file is critical for understanding the construction and renovation requirements for federal naval facilities.
1. 0GRLK_BLDG_532_1966_SERVICE SCHOOL BRKS AND MESS HALL (500 BLOCK) _1120565.pdf
PDF1216 KBMar 20, 2026
AI Summary
The provided government file, dated 1978 and revised in 1969, details the Basement & Foundation Plan for Barracks 532 at the U.S. Naval Training Center, Illinois. This structural plan, prepared by Childs & Smith, Incorporated, for the Department of the Navy, Bureau of Yards & Docks, Midwest Division, outlines specific construction requirements. Key specifications include basement floor construction with an 8-inch concrete slab on a 3-inch mud slab over 6 inches of compacted gravel fill, reinforced with #4@15'GA.WAY placed from the top. The top of the slab is set at elevation 124'+64.8'. The document also includes a footing schedule detailing dimensions and remarks for various footings. Tunnel floors are specified to be a 3-inch concrete slab on fill. The plan integrates various structural elements and includes graphic scales for accurate representation, essential for any federal government construction or renovation RFP.
PPIs_26DemoProjs- Gov Response 3.20.26.xlsx
Excel16 KBMar 20, 2026
AI Summary
The Pre-Proposal Inquiry Form for Solicitation N4008526R0090 addresses the demolition of vacant BEQs B532 and B132H in NSGL, IL. The document provides crucial government responses to contractor questions regarding site conditions, demolition procedures, utility management, and environmental considerations. Key information includes foundation and floor thicknesses, requirements for basement removal and utility disconnections, and the acceptable use of a concrete crusher on-site. The government clarified that seismograph monitoring is not required and emphasized contractor responsibility for vibration control. Environmental reports are available for B532, but the contractor must perform their own survey for B132H. The proposal due date has been extended to April 7, 2026. Contractors are also responsible for submitting their own NOI for a General NPDES Permit ILR10 for stormwater management.
N4008526R00900004 SF 30.pdf
PDF590 KBMar 20, 2026
AI Summary
Amendment 0004 to Solicitation N4008526R0090, issued by NAVFACSYCOM MID-ATLANTIC, extends the proposal due date to April 7, 2026, at 12:00 PM CT. The amendment also provides attachments and the Government's responses to pre-proposal inquiries. Key attachments include scopes of work, drawings, price sheets, and various forms related to limitations on subcontracting, construction experience, design experience, and past performance questionnaires. Additionally, several historical building records and environmental documents like the Illinois Urban Manual for Dewatering are included. This modification ensures that all terms and conditions of the original solicitation remain in effect unless explicitly changed by this amendment.
2. SCOPE_DB_DEMO_132H_Amd 01.pdf
PDF2005 KBMar 20, 2026
AI Summary
The document outlines the "DESIGN-BUILD Demolish Vacant BEQ Building 132H" project at Naval Station Great Lakes, IL, detailing general requirements, project program, performance technical specifications, prescriptive specifications, and attachments. Key administrative procedures include contractor access and use of premises, strict work hour regulations, and a no-smoking policy. The Electronic Construction and Facility Support Contract Management System (eCMS) is mandated for all project documentation and communication, with specific guidelines for user access, security classifications, and file naming conventions. Financial procedures require a detailed Schedule of Prices, specific invoice content, and conditions for progress payments. The project emphasizes comprehensive scheduling through Preliminary, Project Baseline, and Construction Baseline Network Analysis Schedules (NAS), alongside weekly look-ahead schedules and monthly NAS updates. Various meetings, including Preconstruction, Post-Award Kickoff (PAK), and Red Zone meetings, are required to ensure project coordination and successful turnover. The document also specifies minimum insurance requirements, superintendent qualifications, and a Performance Assessment Plan (PAP) for contractor feedback.
10. Offline_Steam Map.pdf
PDF779 KBMar 20, 2026
AI Summary
The document, PWC DWG NO.STM-10-9601, is a detailed engineering drawing from the Department of the Navy, Naval Facilities Engineering Command, specifically for the Navy Public Works Center Great Lakes, IL. It outlines the steam and condensate distribution system for Area A of the Naval Training Center, Great Lakes, Illinois. The drawing includes revisions detailing field changes such as the removal of abandoned services to demolished buildings and the addition of specific school breaks. It features a comprehensive legend indicating various types of underground and aboveground steam runs, high-temperature hot water runs, and pressure regulating valves. The map illustrates an intricate network of piping with varying diameters (e.g., 3" MPS, 8" HPS, 10" MPS), connections, and reductions across different streets and areas like Lake Front Highway, Sheridan Road, and Barry Road. Key features include detailed sections labeled "DETAIL A" and "DETAIL B" and a graphic scale for measurements. The document is approved by the Commanding Officer and the Director of Production Engineering, with design and review initials and dates from Civil and Mechanical departments.
1a. DRAWINGS DB_DEMO BEQ 532.pdf
PDF31873 KBMar 20, 2026
AI Summary
The document,
3. PPI N4008526R0090.xlsx
Excel14 KBMar 20, 2026
AI Summary
The document is a Pre-Proposal Inquiry (PPI) Form associated with Solicitation Number N4008526R0090. The solicitation pertains to the demolition of vacant Bachelor Enlisted Quarters (BEQs) B532 and B132H located at Naval Station Great Lakes (NSGL), Illinois. The form is structured to allow potential bidders to submit questions related to the Request for Proposal (RFP), with designated spaces for the question number, RFP reference (section, paragraph, or page), and the government's corresponding response. This form serves as a crucial communication tool in the federal government's procurement process, enabling clarification of requirements and specifications before proposals are submitted.
5. Construction_Experience_Form.pdf
PDF120 KBMar 20, 2026
AI Summary
Attachment A is a two-page Construction Experience Project Data Sheet designed for government solicitations such as RFPs, federal grants, and state/local RFPs. This form requires offerors to provide detailed information about their construction or design project experience. Key sections include identifying the project type (new construction, renovation, repair, alteration), the firm's role (prime, sub, joint venture), and contract details like award and completion dates, award amount, and final price. It distinguishes between construction and design projects, asking for specific contract types for each, such as Design-Build or Design-Bid-Build for construction, and RFP Development or Engineering Services for design. The form also mandates a detailed project description, its relevance to the RFP requirements, and the work self-performed by the firm. This document is crucial for evaluating a firm's qualifications and experience in government contracting.
6. Design_Experience_Form.pdf
PDF121 KBMar 20, 2026
AI Summary
Attachment B, titled "Design Experience Project Data Sheet," is a two-page form used by government entities for federal, state, and local RFPs, federal grants, and state/local RFPs. It collects detailed information on a firm's design experience, allowing applicants to document up to five projects. The form requires specifics such as the applicant's role (offeror, joint venture, prime, or subcontractor), contract details, project title, location, award and completion dates, and type of work (new construction, renovation, repair, or alteration). It also asks about the contract type (firm-fixed price, cost/time and material) and whether the project was construction or design-focused. For construction projects, it requests award and final prices and contract types like Design-Build or Design-Bid-Build. For design projects, it seeks A/E design fees, total construction value, and contract types such as RFP Development or Designer of Record. Additionally, the form mandates detailed descriptions of the project's relevancy to the RFP requirements, including unique features, sustainable elements, LEED certifications, and a breakdown of work self-performed by the firm. This document is crucial for evaluating a firm’s qualifications and experience in government-related projects.
7. Past Performance Questionnaire.pdf
PDF149 KBMar 20, 2026
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a four-page document used by government agencies, specifically NAVFAC and USACE, to evaluate contractor performance for federal solicitations. It is divided into sections for contractor and client information, allowing for a comprehensive assessment of past work. The questionnaire uses a five-tier adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory), along with a
Solicitation - N4008526R0090.pdf
PDF2013 KBMar 20, 2026
AI Summary
This government solicitation (N4008526R0090) from the NAVFACSYSCOM MID-ATLANTIC, issued on February 24, 2026, seeks proposals for the demolition and removal of two vacant student barrack buildings (Building 532 and Building 132H) at Naval Station Great Lakes, IL. The project is a Firm Fixed Price arrangement, with an estimated total award amount of USD 19,000,000.00. The solicitation is a Request for Proposal (RFP) and is set aside for Women-Owned Small Businesses (WOSB). The document details specific labor classifications and prevailing wage rates for various trades, including carpenters, electricians, power equipment operators, ironworkers, laborers, painters, cement masons, and truck drivers, across multiple counties in Illinois. It also includes information on Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for federal contractors, respectively. Offers are due by April 2, 2026, at 12:00 PM.
1. SCOPE-DB_DEMO BEQ_532.pdf
PDF1863 KBMar 2, 2026
AI Summary
This government file outlines the design-build project (eProject# 1807260) for the demolition of the vacant BEQ Building 532 at Naval Station Great Lakes, IL. Submitted by NAVFAC Mid-Atlantic, PWD Great Lakes, IL, the project details include general requirements for work restrictions, price and payment procedures, and administrative requirements. Key aspects cover contractor access, working hours, safety regulations, and strict adherence to electronic construction management systems (eCMS) for all project documentation and communication. The file also specifies requirements for cost-loaded network analysis schedules, various submittals, and outlines procedures for meetings such as Post Award Kickoff and Red Zone. The overarching goal is to ensure efficient and compliant demolition, emphasizing safety, quality control, and structured project management through defined processes and electronic platforms.
2. SCOPE-DB_DEMO BEQ_132H.pdf
PDF2416 KBMar 2, 2026
AI Summary
This document outlines the Design-Build project eProject# 1807261 for the demolition of Vacant BEQ Building 132H at Naval Station Great Lakes, IL. Submitted by NAVFAC Mid-Atlantic, PWD Great Lakes, IL, and approved on March 4, 2025, the file details general requirements, project program, performance technical specifications, prescriptive specifications, and numerous attachments including architectural drawings, environmental documents, and utility maps. Key administrative aspects cover work restrictions, access procedures, payment processes, and the mandatory use of the Electronic Construction and Facility Support Contract Management System (eCMS) for all project documentation and communication. Detailed requirements for scheduling, including preliminary, baseline, weekly look-ahead, and monthly network analysis schedules, are provided. The project emphasizes safety, quality control, and strict adherence to governmental regulations and established communication protocols.
2a. DRAWINGS DB_DEMO BEQ 132H.pdf
PDF6845 KBMar 20, 2026
AI Summary
The document, "PART SIX - ATTACHMENTS," outlines critical requirements and guidelines for contractors undertaking projects at Naval Station Great Lakes (NSGL), specifically focusing on environmental compliance and base access. It includes a comprehensive "Permits Record of Decision (PROD)" form, detailing various permits required across air quality, water pollution, discharge, drinking water, fuel tanks, hazardous waste, coastal management, and other categories for projects like demolishing Building 132H. The document also provides the "Department of the Navy Local Population ID Card/Base Access Pass Registration" form and instructions for base access, emphasizing identity proofing and background checks. A "Contractor Guidance Manual - Construction Storm Water Management" is included, detailing NSGL's expectations for contractors regarding the Federal Clean Water Act and NPDES permit requirements for stormwater runoff and erosion control on construction sites disturbing over one acre.
4. Limitations_on_Subcontracting_Certification.pdf
PDF124 KBMar 20, 2026
AI Summary
This government file outlines the Post-Award Contractor’s Limitations on Subcontracting for Small Business Certification. It details the reporting requirements for prime contractors regarding the percentage of work performed by similarly situated entities and non-similarly situated entities. The document specifies subcontracting limitations based on contract type: services (50%), supplies (50% excluding materials), general construction (85% excluding materials), and special trade construction (75% excluding materials). It also provides guidelines on what costs and work performed outside the U.S. can be excluded from these limitations. Compliance with these regulations, per 13 CFR 125.6, is mandatory and may be verified by contracting officers at any time.
N4008526R00900001 SF 30.pdf
PDF623 KBMar 20, 2026
AI Summary
This document is an amendment to Solicitation N4008526R0090, issued by NAVFACSYCOM MID-ATLANTIC for the demolition of vacant BEQ Buildings 532 and 132H at Naval Station Great Lakes, IL. The amendment adds updated Scopes of Work, Pricing Sheets, and an Offline_Steam Map. The project is a Firm Fixed Price (FFP) construction requirement set aside for SDVOSBs, with an estimated value between $5,000,000 and $10,000,000. The period of performance is 520 calendar days. Proposals are due by April 2, 2026, 12:00 PM CT, and must include price and technical proposals addressing factors like technical approach, experience, past performance, safety, and technical solution. A site visit is scheduled for March 10, 2026. Key requirements include bid guarantees, performance and payment bonds, SAM registration, and VETS 4212 registration. Evaluation will consider both price and non-price factors, with specific criteria for experience in large-scale demolition, hazardous material abatement, and adherence to safety standards.
1. SCOPE_DB_DEMO_532_Amd 01.pdf
PDF2028 KBMar 20, 2026
AI Summary
The Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, PWD Great Lakes, IL, is soliciting bids for the Design-Build Demolition of Vacant BEQ Building 532 at Naval Station Great Lakes, IL. The project involves comprehensive demolition, site preparation, and improvements, as detailed in the Request for Proposal (RFP) parts covering general requirements, project program, performance technical specifications, and prescriptive specifications. Key administrative requirements include strict work restrictions, detailed price and payment procedures, and mandatory use of the Electronic Construction and Facility Support Contract Management System (eCMS) for all project documentation and communication. Contractors must adhere to specific scheduling guidelines, including submitting a cost-loaded Network Analysis Schedule (NAS) and weekly look-ahead schedules. Safety, environmental controls, and quality control are emphasized throughout the project, with strict protocols for site access, working hours, and utility management.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 24, 2026
amendedAmendment #1Feb 25, 2026
amendedAmendment #2· Description UpdatedMar 2, 2026
amendedAmendment #3· Description UpdatedMar 6, 2026
amendedAmendment #4· Description UpdatedMar 11, 2026
amendedAmendment #5Mar 11, 2026
amendedLatest Amendment· Description UpdatedMar 20, 2026
deadlineResponse DeadlineApr 7, 2026
expiryArchive DateJun 1, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM MID-ATLANTIC

Point of Contact

Place of Performance

Great Lakes, Illinois, UNITED STATES

Official Sources