FC306 Laundry Room
SOL #: N40085-26-R-9008Combined Synopsis/Solicitation
Overview
Buyer
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)
Original Source
Timeline
1
Posted
Jan 6, 2026
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 6, 2026, 7:00 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 the FC306 Laundry Room project at Camp Lejeune, NC. This is a Total Small Business Set-Aside opportunity, specifically restricted to a pre-approved list of M&R MACC Contractors. The project involves repair and alteration of a miscellaneous building, with recent amendments detailing mold remediation and electrical system updates. Proposals are due by February 25, 2026, at 3:00 PM EST.
Scope of Work
This project entails the repair and alteration of the FC306 Laundry Room at MCB Camp Lejeune. Key aspects include:
- General construction, demolition, and installation of various building systems (metals, thermal/moisture protection, openings, finishes).
- Plumbing, HVAC (including air distribution), and electrical work (interior distribution, power system studies, switchboards, telecommunications).
- Specific requirements for painting (P-1, P-2) and correction of air grille specifications (SG-1).
- Addressing newly identified mold and moisture in Building FC306, Room 235, requiring potential remediation and adjustment of proposal prices.
- Electrical system updates including Switchboard 'MDP' location (first floor mechanical room 137), new breaker for panel 'P2', and power analysis per NFPA 70E & UFC 3-560-01.
- Compliance with Buy American Requirement-Construction Materials, Davis-Bacon Act, and specified minimum wage rates.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (Award based on Lowest Price)
- Estimated Cost Range: $100,000.00 - $250,000.00
- Period of Performance: 180 days after award
- Liquidated Damages: $220 per Calendar Day
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Proposal Due Date: February 25, 2026, at 3:00 PM EST
- Proposal Acceptance Period: 60 days from receipt of offers
- Published Date: February 24, 2026 (latest amendment)
Eligibility & Evaluation
- Restricted Eligibility: ONLY the following M&R MACC Contractors may submit a proposal: T.E. Davis Construction Company, Joyce & Associates Construction, Inc., Olympic Enterprises, Inc., and Quadrant Construction.
- Basis for Award: Lowest Price.
- Evaluation: Will consider Buy American statute requirements.
Additional Notes
- A site visit was scheduled for January 15, 2026, at 09:30 AM.
- Bid bonds are required based on dollar values: none for proposals <$40K; payment bond for proposals $40K-$150K; bid, payment, and performance bonds for proposals >$150K.
- Funding may not be available, and the government will not reimburse for proposal costs.
- All amendments (0001, 0002, 0003) must be acknowledged with proposal submission; failure to do so may result in rejection.
- Primary Contact: Sharon Humphrey (sharon.e.humphrey.civ@us.navy.mil, 910-451-5982).
- Secondary Contact: Regenia D. Guest (regenia.d.guest.civ@us.navy.mil, 910-451-5816).
People
Points of Contact
Sharon HumphreyPRIMARY
Regenia D. GuestSECONDARY