7432455 Replace Vault Door, Building 1795, MALS-14
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the replacement of a vault door and frame at Building 1795, MALS-14, MCAS Cherry Point, North Carolina. This is a Total Small Business Set-Aside opportunity, specifically restricted to pre-qualified M&R MACC contractors. Proposals are due by May 26, 2026, at 12:00 PM local time.
Scope of Work
This project involves the removal of an existing vault door and frame, followed by the installation of a new GSA certified Class 5-A armory vault door and day gate that meets Federal Specification AA-D-600D. The new door must include an FF-L-2937 mechanical combination lock and be resistant to specified covert and forced entry attempts. The scope also includes testing the new door for correct operation, site cleanup, and coordination for GSA authorized inspection. The work will be performed at MCAS Cherry Point, NC, with the building remaining operational throughout the construction period.
Contract & Timeline
- Contract Type: Indefinite Quantity/Indefinite Delivery (Multiple Award Construction Contract) Task Order.
- Period of Performance: Work must be completed within 60 calendar days after award.
- NAICS Code: 236220 (Commercial and Institutional Building Construction).
- Proposal Due Date: May 26, 2026, by 12:00 PM local time.
- Published Date: May 5, 2026.
- Site Visit: May 14, 2026, at 9:00 AM local time at FEAD Cherry Point office, Building 87.
- Pre-Proposal Inquiry (PPI) Cut-off: May 20, 2026, by 1:00 PM local time.
Eligibility & Set-Aside
This is a Total Small Business Set-Aside (FAR 19.5). However, this procurement is restricted to specific M&R MACC contractors listed in the RFP: T.E. Davis Construction Company, Joyce & Associates Construction, Inc., Olympic Enterprises, Inc., and Quadrant Construction. Only these listed contractors may submit a proposal.
Submission & Evaluation
Proposals must be emailed to the addresses provided in the solicitation. The basis for award is Lowest Price. The Government intends to award without discussions, based on the initial offeror's best terms, but reserves the right to conduct discussions if necessary. Bonds are required for proposals exceeding $35,000.
Special Requirements
- Contractor Access: Requires obtaining access via DBIDS or One-Day Passes, with strict adherence to security regulations.
- Working Hours: Regular hours are 7:00 AM to 3:30 PM, Monday-Friday; work outside these hours requires 15-day advance approval.
- Safety: Compliance with EM 385-1-1, NFPA 70, NFPA 70E, NFPA 241, APP, AHA, Federal and State OSHA regulations is mandatory. Mandatory PPE includes hard hats, long pants, safety shoes, and reflective vests.
- Submittals: Spare Parts Data list, Warranty Management Plan, and Operation and Maintenance Manuals (30 days before BOD).
- Supervision: One person must fulfill the roles of Superintendent, Quality Control Manager, and Site Safety and Health Officer.
- Security: No employee admitted to the work site without an Identification Badge or specific authorization; criminal background checks are enforced.
Contact Information
- Primary Contact: Josef Vallone (josef.a.vallone.civ@us.navy.mil, 252-466-2622)
- Proposals Email: usn.cherrypoint.navfacmidlandnor.mbx.FEAD-CP-Proposals@us.navy.mil