FC300 Security Upgrades and Server Room Modernization

SOL #: N4008526R9027Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Camp Lejeune, NC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Apr 21, 2026
3
Submission Deadline
Apr 27, 2026, 6:00 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 / NAVFACSYSCOM MID-ATLANTIC is soliciting proposals for FC300 Security Upgrades and Server Room Modernization at Camp Lejeune, NC. This Total Small Business Set-Aside opportunity is exclusively for M&R MACC Contractors listed on the General Requirements cover page. The project, identified as 25-0447, involves significant renovation and security enhancements. Proposals are due April 27, 2026, at 2:00 PM EST.

Scope of Work

This project encompasses two main areas within Building FC300:

  • Server Room Modernization: Includes demolition of existing ceilings, lights, mechanical items, and electrical fixtures. Renovation involves installing a new 90-minute rated solid core wood door with an X-10 GSA approved lock, a new acoustical tile ceiling, two new 48,000 BTU ceiling cassette heat pump condensers, and new LED lighting to achieve a minimum of 50 footcandles. Electrical work includes new circuit breakers, feeder conductors, and relocation of existing outlets.
  • Physical Security Enhancements: Involves the installation of two new walls and doors, demolition of an existing door and wall, and hardening of ductwork with sealing of all penetrations for pipes, cables, and cable trays. The area must be secured with new walls and doors before demolition begins.

Contract Details & Timeline

  • Contract Type: Combined Synopsis/Solicitation (RFP)
  • Estimated Cost Range: Between $100,000 and $250,000
  • Contract Completion: 270 days after award
  • Liquidated Damages: $220 per Calendar Day
  • Basis for Award: Lowest Price
  • Eligibility: Restricted to T.E. Davis Construction Company, Joyce & Associates Construction, Inc., Olympic Enterprises, Inc., and Quadrant Construction.
  • Bond Requirements: Payment bond required for proposals $35K+, Bid, Payment, and Performance bonds for $150K+.
  • Funding: Award is contingent on fund availability; no reimbursement for proposal costs.
  • Wage Determination: Federal wage rates and Executive Orders 13706 and 13658 apply.

Submission & Evaluation

  • Proposal Due Date: April 27, 2026, 2:00 PM EST.
  • Submission Method: Proposals must be emailed to edward.e.pelser.civ@us.navy.mil and regenia.d.guest.civ@us.navy.mil.
  • Requests for Information (RFIs) Cut-off: April 21, 2026.
  • Proposal Acceptance Period: 60 days from receipt of offers.
  • Buy American Act: Requirements apply to construction materials.
  • Amendments: Bidders must acknowledge all amendments, including the latest (Amendment 0004), with their proposal submission to avoid rejection.

Special Requirements

A site visit was scheduled for April 14, 2026, at Building FC300. The facility will remain open during the project. The contractor is responsible for field verification of measurements, material disposal per Camp Lejeune regulations, and obtaining "Hot Work" permits with fire watch. Extensive submittals are required, including material specifications, shop drawings, product data, MSDS, and warranty information. Fabricators and installers must have a minimum of three years of documented experience. Access and scheduling must be coordinated with the Contracting Officer's Representative (COR) and building tenant.

People

Points of Contact

Files

Files

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

Versions

Version 5Viewing
Combined Synopsis/Solicitation
Posted: Apr 21, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Apr 17, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 9, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View