FLETC Charleston Construction IDIQ Contract
ID: 70LCHS26RPFB00001Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC ARTESIA PROCUREMENT OFFICEARTESIA, NM, 88210, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

HUBZone Set Aside (HZC)
Timeline
    Description

    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified contractors for a Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract in Charleston, South Carolina. This procurement aims to secure services, labor, and materials for construction, maintenance, and alterations at various FLETC facilities, with a contract duration of 12 months and four optional 12-month periods, plus a potential six-month extension. The total estimated value of the contract is not to exceed $27.5 million, with a guaranteed minimum of $50,000, and task orders will typically range from $2,000 to $1,000,000. Interested HUBZone small businesses must submit proposals by December 12, 2025, and are encouraged to contact William Hilliard at william.a.hilliard@fletc.dhs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to solicitation 70LCHS26RPFB00001, for the 2026 FLETC Operation and Support, corrects the weighting coefficients used to calculate the total evaluated price in Section M PRICE (c) of the solicitation. This correction aligns with the Historical Workload Allocation detailed in Section B.3 OFFER b. The amendment provides a revised Section M PRICE (c) with an example calculation demonstrating how normal working hours (NWH) and other than normal working hours (OTNWH) coefficients are weighted (85% and 15% respectively) for evaluation purposes. The total evaluated price will be based on the base year only, with future price changes due to inflation/deflation handled by incorporating the new GORDIAN Facilities Construction Costs w/ RS Means data, adjusted by the Charleston SC Cost Index Weighted Average.
    This document is an amendment to solicitation 70LCHS26RPFB00001 for the 2026 FLETC Operation and Support, specifically the Charleston Construction IDIQ. The amendment provides a site visit sign-in sheet, government responses to 29 pre-proposal inquiries (PPIs), and incorporates two new provisions: 52.240-90 Security Prohibitions and Exclusions Representations and Certifications (DEVIATION 20-05) and 52.240-91 Security Prohibitions and Exclusions (DEVIATION 20-05). The period of performance is from April 1, 2026, to September 30, 2031. Key inquiries address page limits for proposals, the required Unit Price Book (GORDIAN Facilities Construction Costs w/ RSMeans data and RSMeans Online software), access to prior contract history, estimate formatting, acceptable scheduling software, and clarification on various cost and personnel requirements. The new provisions impose strict prohibitions and reporting requirements on contractors regarding the use of covered telecommunications equipment, services from specific foreign entities, Kaspersky Lab products, and unmanned aircraft systems from American Security Drone Act-covered foreign entities, as well as restrictions on business operations in Sudan and Iran, with detailed disclosure procedures for non-compliance.
    The Federal Law Enforcement Training Centers (FLETC) in Charleston, SC, issued a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) construction contract, 100% set-aside for HUBZone firms. This firm-fixed-price solicitation, valued at over $10 million, covers a base period of 12 months, four 12-month option periods, and a six-month extension, with a guaranteed minimum of $50,000 and a maximum of $27.5 million. The project requires contractors to provide construction, alteration, and repair services using the GORDIAN Facilities Construction Costs w/ RS Means data, applying specific coefficients for normal, other-than-normal hours, and non-pre-priced items. Proposals are due by December 12, 2025, with a pre-proposal site visit on November 20, 2025. This procurement emphasizes strict adherence to security, bonding requirements, and a zero-tolerance policy for human trafficking.
    This government Statement of Work outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction, maintenance, and alteration services at the Federal Law Enforcement Training Center, Charleston, SC. The contract requires furnishing all labor, materials, supplies, equipment, management, and supervision for designated work, adhering to various federal, state, and local codes, including green procurement guidelines. Key personnel, such as a Project Manager, Superintendent, and Quality Control Manager, must meet specific experience and certification requirements. The document details ordering procedures via task orders, a Unit Price Book based on GORDIAN Facilities Construction Costs with RSMeans data, and strict safety, environmental, and quality control protocols. It also covers site operations, utility services, disposal, and warranty requirements, emphasizing contractor responsibility for compliance, safety, and timely project completion.
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) outlines the obligations of individuals granted conditional access to sensitive government information. This agreement covers three categories: Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive But Unclassified (SBU) information. Signatories attest to their familiarity with and compliance with the specific laws, regulations, and directives governing each information type, including safeguarding, dissemination, and handling standards. Key provisions include the commitment not to disclose information without authorization, to report security violations, and to return all sensitive materials upon demand or conclusion of duties. Violations can lead to the cancellation of access and potential administrative, disciplinary, civil, or criminal actions. The agreement emphasizes that it does not supersede whistleblower protections or disclosures to Congress or Inspectors General.
    The document, consisting solely of the word "SIGN," appears to be an extremely truncated or placeholder file, likely indicating a requirement for a signature or an approval point within a larger government process. In the context of federal government RFPs, federal grants, and state/local RFPs, such a file would typically denote a critical stage where official endorsement is needed for a proposal, contract, or agreement. Without further context, its purpose is to mark a spot for formal authorization, signifying acceptance, commitment, or finalization within a governmental procurement or funding application workflow.
    The Department of Homeland Security (DHS) Form 11000-25 is a Contractor Fitness/Security Screening Request used by DHS federal employees to initiate fitness screenings for contract employees. This form is crucial for determining an individual's eligibility for contract employment, sensitive positions, or access to federal facilities and information systems. It requires detailed information about the requesting official/organization, the applicant, and the position's risk or security clearance level. The form categorizes positions as either unclassified (requiring a position designation based on risk level: Low, Moderate, or High) or classified (requiring a security clearance and a DD-254 form on file). Instructions clarify various request types (e.g., New Request, Exit Request, Contract Change) and define risk levels, emphasizing that "Low Risk" is typically for building access only. Providing the requested information is voluntary, but failure to do so may delay fitness determinations.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This document is not an RFP, grant, or solicitation; rather, it's a technical note for users encountering display issues with a government file, likely one that would otherwise contain an RFP, grant, or similar content.
    The Optional Form 306, "Declaration for Federal Employment," is used by federal agencies to assess an applicant's acceptability for federal and federal contract employment and their enrollment status in the Government's Life Insurance program. This form collects personal information, including name, address, Social Security Number, and citizenship, and requires applicants to disclose military service, criminal history (excluding minor traffic fines and juvenile offenses), past employment terminations, federal debt delinquencies, relatives working for the agency, and previous federal retirement pay. It also includes questions about Selective Service registration for eligible males. All information provided must be truthful and complete, and applicants are required to update and recertify their responses. The form outlines routine uses for the collected data, primarily for personnel management, investigations, and various government functions. The Office of Personnel Management is authorized to collect this information, and non-disclosure may lead to an unprocessed application. The estimated public burden for completing the form is 15 minutes, and it emphasizes the importance of accurate information for determining eligibility and life insurance options.
    The document is Form I-9, Employment Eligibility Verification, from the Department of Homeland Security, U.S. Citizenship and Immigration Services (USCIS), expiring 05/31/2027. This form is mandatory for employers to verify the identity and employment authorization of their employees. It outlines anti-discrimination notices and emphasizes that employees can choose acceptable documentation. Section 1 requires employees to provide personal information, attest to their citizenship or immigration status, and sign the form. Section 2 instructs employers to review and verify presented documentation from List A (establishes both identity and employment authorization) or a combination of List B (establishes identity) and List C (establishes employment authorization) within three business days of employment. Supplement A is for preparers and/or translators who assist employees with Section 1. Supplement B, Reverification and Rehire, is used for rehires, reverification of employment authorization, or legal name changes. The document includes detailed lists of acceptable documents for verification and specific instructions for each section, including penalties for false statements.
    The Department of Homeland Security (DHS) Contractor Security Orientation provides essential information for contractors on protecting DHS assets. This unclassified guide outlines policies and procedures in accordance with Executive Order 13526 and DHS Management Directives. It covers the DHS mission, types of threats (natural disasters and human threats, including insider threats), and key security disciplines: Operations Security (OPSEC), Personnel Security, Physical Security, and Information Security. Contractors learn about safeguarding Sensitive But Unclassified (SBU) information, understanding "Need-to-Know" principles, and preventing unauthorized disclosures. The document emphasizes continuous evaluation, proper badge use, suspicious package identification, bomb threat procedures, and avoiding tailgating/piggybacking to ensure a secure environment. This orientation is crucial for contractors to meet initial security training requirements and protect national security information.
    The Standard Form 1413, titled "Statement And Acknowledgment," is a crucial document in federal contracting, primarily used for subcontracts under prime government contracts. With an OMB Control Number 9000-0066 and an expiration date of 5/31/2025, this form ensures compliance with labor standards and regulations. Part I, the "Statement Of Prime Contractor," requires the prime contractor to provide details such as the prime contract and subcontract numbers, dates, and information about both the prime contractor and subcontractor. It also specifies whether the prime contract includes the "Contract Work Hours and Safety Standards Act -- Overtime Compensation" clause and describes the work performed by the subcontractor. Part II, the "Acknowledgment Of Subcontractor," requires the subcontractor to acknowledge the inclusion of various labor standards clauses in the subcontract, including those related to overtime compensation, payrolls, withholding of funds, disputes, construction wage rate requirements, apprentices, the Copeland Act, and debarment. The form also includes a Paperwork Reduction Act Statement, estimating a completion time of 0.05 hours and providing instructions for submitting comments to the U.S. General Services Administration. This form is essential for maintaining transparency and accountability in government subcontracting, particularly concerning labor standards.
    The U.S. Department of Labor's Wage and Hour Division provides Form WH-347, the Davis-Bacon and Related Acts Weekly Certified Payroll, for federal and federally-assisted contractors and subcontractors. This form, expiring January 2028, is essential for documenting worker information, labor classifications, hours worked, wage rates, fringe benefits, and deductions. While not mandatory, its use is encouraged for compliance with Davis-Bacon and Related Acts. The document details instructions for completing the payroll, including sections for project identification, contractor details, worker specifics, and a certification for accuracy. It emphasizes the legal implications of falsifying information, which can lead to civil or criminal prosecution and debarment from future federal contracts.
    This government file outlines comprehensive work restrictions and submittal procedures for contractors, alongside a list of reference publication sources. Key restrictions include strict activity regulations, such as adherence to safety and security rules, traffic management, mandatory identification badges, and a no-smoking policy. Working hours are typically Monday to Friday, 7:00 a.m. to 5:00 p.m., with specific approval required for work outside these hours and for utility cutovers. Citizenship is restricted to U.S. citizens. The document also details submittal procedures, classifying them as Government Approved or QCM Approved—Information Only. It specifies various submittal descriptions (SD-01 to SD-11), including preconstruction submittals, shop drawings, product data, samples, and operation/maintenance data, with explicit formatting, quantity, and approval requirements. The file emphasizes the Quality Control Manager's role in reviewing and certifying submittals, with Government approval required for critical items and any deviations from contract requirements. It also provides contact information for numerous standards publishing organizations referenced in other sections of the specifications.
    The document outlines wage determination details for construction projects in Charleston County, South Carolina, under the Davis-Bacon Act, including minimum wage requirements based on two applicable Executive Orders. For contracts entered after January 30, 2022, workers must be paid at least $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, the minimum is $13.30 per hour. It also discusses wage classification identifiers, the appeal process for wage determinations, and protections for workers under paid sick leave provisions.
    The document provides an updated wage determination for heavy construction projects in Charleston County, South Carolina, effective January 3, 2025, under General Decision Number SC20250041. It outlines minimum wage rates for various construction classifications and compliance requirements under the Davis-Bacon Act and associated Executive Orders. Contractors must ensure workers are compensated at specified rates, including adjustments for applicable wage orders and provisions for paid sick leave.
    This document outlines the wage determination for highway construction projects (excluding certain types) in South Carolina, with a focus on applicable wage rates influenced by Executive Orders 14026 and 13658. It provides minimum wage thresholds for various classifications and highlights that these rates will be adjusted annually, while also explaining the appeals process for wage determination disputes with the U.S. Department of Labor. Additional requirements for contractor protections, including paid sick leave under Executive Order 13706, are specified.
    The document outlines the wage determination for residential construction projects in Charleston County, South Carolina, effective January 3, 2025, which mandates minimum wage rates under the Davis-Bacon Act and associated Executive Orders. It specifies wage rates for various construction classifications and notes the requirement for contractors to adhere to applicable minimum wage and paid sick leave regulations. Additionally, it describes the appeals process for disputes related to wage determinations and classifications.
    The document outlines the Pre-Proposal Inquiry (PPI) process for the Charleston Construction IDIQ (Indefinite Delivery, Indefinite Quantity) contract, identified as 70LCHS26RPFB00001. Dated October 2, 2025, it details the procedure for contractors to submit questions regarding the Request for Proposal (RFP). PPIs must be submitted in writing via email to the Contracting Officer at william.a.hilliard@fletc.dhs.gov before the deadline specified in the RFP. All inquiries must reference the relevant section and paragraph number of the Statement of Work (SOW), specification, or drawing. Responses to these PPIs will be issued through an amendment posted on the www.sam.gov website. The document includes a template for submitting questions and receiving government responses, indicating a structured approach to clarifying RFP details.
    The Past Performance Questionnaire (PPQ) is a critical document used by the Federal Law Enforcement Training Centers in Charleston, SC, to evaluate offerors for IDIQ construction services. This questionnaire gathers detailed information on a contractor's past project performance, including contract specifics, customer identification, and a comprehensive performance assessment across twelve key areas such as quality of work, adherence to schedule and cost, responsiveness to changes, program management, subcontractor management, safety compliance, and customer relations. Performance ratings range from Exceptional to Unsatisfactory, with mandatory rationales for Marginal or Unsatisfactory ratings. Additionally, the PPQ investigates contract terminations, cure notices, and disputes, concluding with a crucial question on whether the respondent would award another contract to the contractor. Completed questionnaires are to be submitted to Contracting Officer William Hilliard.
    The Department of Homeland Security (DHS) Federal Law Enforcement Training Centers (FLETC) requires a Visitor & Vendor Access Request form for individuals seeking access to its facilities. This form collects personal information from applicants, including their name, address, driver's license details, date and place of birth, citizenship, gender, Social Security Number, PIV/CAC card status, contact information, and last date on FLETC property. A federal employee sponsor must complete a section detailing the type of access requested (e.g., graduation guest, vendor, visitor, contractor), class number if applicable, relationship to the applicant, company name, and requested access dates. FLETC Security then determines the type of access granted, which can involve NCIC checks, fingerprinting, and the issuance of paper passes or proximity badges, depending on the level of access required. Different vetting procedures are outlined for frequent vendors, transporters, one-time visitors, graduation guests, and contractors, with varying access hours and requirements for background investigations for unescorted access or access to sensitive information.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a base item for the first floor and two option items for additional facilities on the second floor. The contract has an approximate price limitation of $18 million and is critical for enhancing training capabilities at the facility. Proposals are due by December 10, 2025, with a performance period of 730 calendar days, and interested parties should direct inquiries to Lauren Bossingham at lauren.d.bossingham2@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil.
    Tanker Truck Fuel Pick-up
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.
    CFLD Security Fence
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking a contractor for the removal and replacement of a security fence at the Cape Fear Lock and Dam 2 in Elizabethtown, North Carolina. The project involves installing an 8-foot commercial-grade galvanized chain link security fence with 3-strand barb wire, along with 6-foot removable chain link security fence panels, and requires adherence to strict specifications regarding materials and installation methods. This opportunity is a total small business set-aside, with an estimated construction magnitude between $25,000 and $100,000, and requires contractors to have a Level 1 Cybersecurity Maturity Model Certification, a North Carolina General Contractors License, and to submit both a Price Quote and Technical Proposal electronically by January 7, 2026. Interested parties should direct inquiries to Benjamin Rickman or Jenifer Garland via email, with questions due by December 29, 2025.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking proposals for the South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC) to provide highway, street, and bridge construction services. This procurement aims to award up to four Indefinite Delivery, Indefinite Quantity (IDIQ) contracts exclusively to small business concerns, with a combined maximum value of $60 million, and individual task orders ranging from $50,000 to $3 million. The work will encompass various construction services, including design and design-build options, primarily within North Carolina, South Carolina, Georgia, and Florida, with a seed project focused on pavement preservation and bridge rehabilitation in Bibb County, Georgia, and several counties in Alabama. Interested parties must ensure they are registered in the System for Award Management (SAM) and submit proposals electronically by the specified deadlines, with RFP documents expected to be issued around November 17, 2025. For further inquiries, contact C. Shawn Long or David Bogner at EFLHD.Contracts@dot.gov.
    Capital Project Construction IDIQ
    Buyer not available
    The U.S. Department of State is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Design-Build Capital Construction Projects, primarily for U.S. Embassy and Consulate posts worldwide. This opportunity is part of a planning initiative, with the Department anticipating the award of 5-7 multiple IDIQ contracts in FY2026, featuring a 10-year ordering period and a program ceiling estimated between $4.5 billion and $7.5 billion. Participation is limited to U.S. persons or qualified U.S. joint ventures, and offerors must hold a DCSA Secret Facility Clearance. Interested parties must submit their responses, including a company profile and capability statement, by December 5, 2025, to Dudley Greene at GreeneDL@state.gov.
    P215 Joint Interagency Task Force - S
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    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
    Buyer not available
    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.