FC300 Security Upgrades and Server Room Modernization
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 FC300 Security Upgrades and Server Room Modernization at Camp Lejeune, NC. This project involves enhancing physical security and modernizing the server room within Building FC300. This opportunity is a Total Small Business Set-Aside and is restricted to specific M&R MACC Contractors. Proposals are due April 27, 2026, at 2:00 PM EST.
Scope of Work
The project encompasses two primary components for Building FC300:
- Physical Security Upgrades: Installation of two new walls and doors, demolition of an existing door and wall, hardening of ductwork, and sealing of all penetrations for pipes, cables, and cable trays. The area must be secured with new walls and doors before demolition begins.
- Server Room Modernization: Demolition of existing suspended acoustical ceiling tile, lights, mechanical items, door and frame, and electrical fixtures. Renovation includes installing a new 90-minute rated solid core wood door with an X-10 GSA approved combination lock and frame, a new acoustical tile ceiling, two new 48,000 BTU ceiling cassette heat pump condensers, and nine new ceiling-mounted 2ft x 2ft LED troffers. Electrical work involves new equipment disconnects, circuit breakers, feeder conductors, and relocation of existing quad outlets.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (Building Construction)
- Estimated Cost Range: $100,000 to $250,000
- Completion: 270 days after award
- Liquidated Damages: $220 per Calendar Day
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Proposal Due Date: April 27, 2026, 2:00 PM EST
- RFI Cutoff Date: April 20, 2026
- Site Visit: A site visit was scheduled for April 14, 2026, at 1000 at Building FC300.
- Basis for Award: Lowest Price
- Proposal Acceptance Period: 60 days from receipt of offers.
- Bond Requirements: Vary based on proposal value (Payment bond for $35K+, Bid, Payment, Performance bonds for $150K+).
- Wage Determination: Applies to various construction trades.
Eligibility & Submission
This opportunity is restricted to M&R MACC Contractors listed on the General Requirements cover page, specifically: T.E. Davis Construction Company, Joyce & Associates Construction, Inc., Olympic Enterprises, Inc., and Quadrant Construction. Proposals must be submitted via email to edward.e.pelser.civ@us.navy.mil and regenia.d.guest.civ@us.navy.mil. Bidders must acknowledge all amendments (0001, 0002, 0003) with their proposal submission; failure to do so may result in rejection.
Special Requirements
Contractors are responsible for all material, labor, equipment, and supervision. Field measurements are required. Disposal of materials must comply with Camp Lejeune regulations. "Hot Work" requires a written permit and specific safety precautions. Submittals must be provided electronically and include manufacturer's product specifications, shop drawings, installation drawings, product data, MSDS, and as-built drawings. Contractor and installer qualifications require a minimum of three years of documented experience in similar projects. Access and scheduling must be arranged through the Contracting Officer's Representative (COR) and the building tenant.