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

SOL #: N4008526R0090Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Great Lakes, IL

NAICS

Site Preparation Contractors (238910)

PSC

Demolition Of Buildings (P400)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Apr 2, 2026, 5:00 PM

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, specifically NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the complete demolition and removal of vacant Barracks Buildings 532 and 132H at Naval Station Great Lakes, IL. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The project involves extensive demolition, hazardous material abatement, and site restoration. Proposals are due by April 2, 2026, at 12:00 PM CT.

Scope of Work

This requirement entails furnishing all labor, tools, transportation, supervision, materials, inspections, equipment, and safety compliance for the complete demolition and removal of two vacant student barracks:

  • Building 532: A 3-story building with a partial basement (90,471 sq ft, constructed 1968).
  • Building 132H: A 4-story masonry bearing wall structure (96,117 sq ft, constructed 1999).

Demolition for both buildings includes the entire structure, all foundation walls, foundation footings, individual column footings, and associated utilities. Key requirements include:

  • Hazardous Materials: Identification, removal, and abatement of materials such as asbestos, lead-based paint, mercury, PCBs, and ODS, with required surveys and abatement plans.
  • Site Restoration: Restore sites to clean, level conditions suitable for future use, matching adjacent contours, ensuring proper drainage, and complying with the NSGL Soil Management Plan.
  • Utilities: Verification, disconnection, and protection of existing utilities. Repair any damage at the contractor's expense.
  • Salvage: Specific items (e.g., fire alarm panels, Knox boxes, fire extinguishers) must be salvaged and delivered to NSGL PWD.
  • Environmental Controls: Strict adherence to federal, state, and local environmental regulations, including stormwater management, dust control, and waste management.
  • Safety: Compliance with EM 385-1-1, OSHA, and other applicable safety standards.
  • Design-Build: The project requires a Designer of Record (DOR) for demolition drawings and specifications.

Contract Details

  • Contract Type: Firm Fixed Price (FFP), single award, standalone contract.
  • Estimated Value: $5,000,000 to $10,000,000.
  • Period of Performance: 520 calendar days from award, including processing, submittals, reports, and closeout.
  • NAICS Code: 238910, Site Preparation Contractors (Small Business Size Standard: $19 Million).
  • Liquidated Damages: $1,294.33 per calendar day for CLIN 0001 (B532) and $1,248.41 per calendar day for CLIN 0002 (B132H).

Submission & Evaluation

  • Proposal Due Date: Thursday, April 2, 2026, by 12:00 PM CT.
  • Submission Method: Electronic (email) submission is preferred; hard copies are also accepted.
  • Evaluation Factors: Price and non-price factors including Technical Approach, Experience, Past Performance, Safety, and Technical Solution. Price will be evaluated against the Independent Government Cost Estimate (IGCE) and market survey results. Technical factors will be rated as Acceptable/Unacceptable or otherwise rated.
  • Requirements: Offerors must be registered in the System for Award Management (SAM), provide a bid guarantee of at least 20% of the proposed price (not exceeding $3 Million), and submit proof of VETS 4212 registration.
  • Amendments: Amendment 0001 (March 2, 2026) updated SOWs and pricing sheets, and Amendment 0002 (March 6, 2026) further updated pricing sheets for Line Item 6. Offerors must acknowledge receipt of all amendments.

Key Dates & Contacts

  • Site Visit: Tuesday, March 10, 2026, at 09:00 AM CT (valid identification required).
  • Pre-Proposal Inquiries (PPIs): Must be submitted in writing by Monday, March 16, 2026, by 12:00 PM CT.
  • Primary Contact: Lindsay Gould (lindsay.s.gould.civ@us.navy.mil, 847-688-5395 ext 210).
  • Secondary Contact: Belinda Trout (belinda.d.trout.civ@us.navy.mil, 847-688-5395 ext 214).

People

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Mar 11, 2026
View
Version 5
Solicitation
Posted: Mar 11, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 5, 2026
Version 3
Solicitation
Posted: Mar 2, 2026
View
Version 2
Solicitation
Posted: Feb 25, 2026
View
Version 1
Solicitation
Posted: Feb 24, 2026
View