Flooring Repair Buildings RR631-RR-633-RR635

SOL #: N4008526R9024Combined 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

Maintenance Of Other Administrative Facilities And Service Buildings (Z1AZ)

Set Aside

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

Timeline

1
Posted
Mar 26, 2026
2
Submission Deadline
May 4, 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 Flooring Repair at Buildings RR631, RR633, and RR635 at MCB Camp Lejeune, North Carolina. This opportunity is a Total Small Business Set-Aside and is restricted to M&R MACC Contractors listed on the General Requirements cover page. The estimated cost range for this project is $500,000 to $1,000,000. Proposals are due May 04, 2026, at 2:00 PM EST.

Scope of Work

The project involves comprehensive flooring repair, including the removal of existing Luxury Vinyl Plank (LVP) flooring, sealing of subfloors, and installation of new Luxury Vinyl Tile (LVT) (Tarkett Provence 2131 or comparable) and Johnsonite Medium Gray wall base or comparable products. The scope also includes replacing any damaged or disturbed interior floor carpet, waxing, buffing, and repairing thresholds, as well as replacing disturbed vinyl wall base. Contractors must apply sealant before flooring installation, clean up all overspray/spills, repair and refinish any disturbed areas, and properly dispose of all debris off-site (Camp Lejeune dumpsters are not permitted). All work must meet or exceed attached specifications, including adherence to numerous ASTM standards for materials and installation, indoor air quality certifications, and specific fire resistance requirements.

Contract Details & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Estimated Cost Range: $500,000 - $1,000,000
  • Period of Performance: 120 days after award
  • Liquidated Damages: $880 per Calendar Day
  • Proposal Due Date: May 04, 2026, at 2:00 PM EST
  • RFI Deadline: April 30, 2026, 3:00 PM EST
  • Proposal Acceptance Period: 60 days from receipt of offers

Eligibility & Submission

This solicitation is restricted to M&R MACC Contractors specifically listed on the General Requirements cover page. Proposals must be submitted via email to NAVFAC_ML_ROICCCampLejeune-Bids1@navy.mil and sharon.e.humphrey.civ@us.navy.mil. Requests for Information (RFIs) should be sent to sharon.e.humphrey.civ@us.navy.mil.

Evaluation & Requirements

Award will be based on the Lowest Price. Key requirements include compliance with the attached specifications and drawings, adherence to the specified wage determination for North Carolina, and compliance with the Buy American Act for construction materials. Contractors must provide a 5-year warranty for defects in materials and workmanship and a 25-year non-prorated limited warranty against excessive surface wear and other issues. Bid bonds (20% for proposals >=$150K) and payment bonds (for proposals >=$35K) are required.

Key Documents & Guidance

Bidders must review the "Marine Corps Base (MCB) Camp Lejeune Contractor Environmental Guide" for environmental compliance obligations. The "Submittal Register" details required documentation, including schedules, plans (Accident Prevention, Environmental Protection), and certifications. Architectural drawings provide detailed layouts for the repair work. The primary point of contact for scheduling and access is Zachory Melchisky at 910-440-0558.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
Flooring Repair Buildings RR631-RR-633-RR635 | GovScope