Flooring Repair Buildings RR631-RR-633-RR635
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 seeking proposals for Flooring Repair at Buildings RR631, RR633, and RR635 at Camp Lejeune, NC. This Total Small Business Set-Aside opportunity is restricted to pre-approved M&R MACC Contractors. The estimated value for this project is between $500,000 and $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 subfloors, and installing new Luxury Vinyl Tile (LVT) (Tarkett Provence 2131 or comparable) and wall base (Johnsonite Medium Gray or comparable). The scope also covers replacing any damaged interior carpet, waxing, buffing, repairing thresholds, and replacing disturbed vinyl wall base. Contractors must apply sealant before installation, clean up all spills, repair any damaged areas resulting from the work, and properly dispose of all debris off-site. Detailed architectural drawings provide specific layouts and dimensions for the repair areas.
Performance Standards & Requirements
Work must meet or exceed attached specifications, including numerous ASTM standards for materials and installation, and manufacturer specifications. Key requirements include a 5-year warranty for defects and a 25-year non-prorated limited warranty against excessive wear, static, delamination, and other issues. Contractors must adhere to indoor air quality certifications for materials and adhesives. General specifications require utility locator services, verification of existing utility elevations, and 48-hour notice before excavation. An Environmental Guide outlines comprehensive environmental compliance obligations for work on MCB Camp Lejeune. A Submittal Register details required documentation throughout the project lifecycle.
Contract Details & Eligibility
- Contract Type: Combined Synopsis/Solicitation (Award based on Lowest Price)
- Estimated Value: $500,000 - $1,000,000
- Period of Performance: 120 days after award
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Eligibility: Restricted to M&R MACC Contractors listed on the General Requirements cover page.
- Bonds: Bid bonds required for proposals ≥ $150K; Payment bonds for proposals ≥ $35K.
- Liquidated Damages: $880 per Calendar Day.
Submission & Evaluation
- Proposal Due Date: May 04, 2026, at 2:00 PM EST.
- RFI Due Date: April 30, 2026, at 3:00 PM EST.
- Submission: Via email to NAVFAC_ML_ROICCCampLejeune-Bids1@navy.mil and sharon.e.humphrey.civ@us.navy.mil.
- Basis for Award: Lowest Price.
- Proposal Acceptance Period: 60 days.
- Acknowledgment: Offerors must acknowledge all amendments with their proposal.
Site Visit & Amendments
A site visit has been rescheduled to Wednesday, April 15, 2026, at 9:00 AM. Contractors must complete the MARSOC access roster (attached to Amendment 0003) and submit it to Ashley Ruiz by Friday, April 10, 2026, at 1200. The meeting point is the MARSOC Visitor's Center, requiring both general base and MARSOC access. Amendment 0001 updated wage determinations and added Division 1 specifications.
Contacts
- Primary Contracting: Sharon Humphrey (sharon.e.humphrey.civ@us.navy.mil, 910-451-5982)
- Secondary Contracting: Regenia D. Guest (regenia.d.guest.civ@us.navy.mil, 910-451-5816)
- Site Access/Scheduling: Ashley Ruiz (for MARSOC access roster/base access), Zachory Melchisky (910-440-0558 for general scheduling/access).