Mechanical Repairs Bldg TT113 CDC
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 Mechanical Repairs at Building TT113 Child Development Center (CDC) in Camp Lejeune, NC. This project, under a Combined Synopsis/Solicitation, involves comprehensive upgrades to mechanical, electrical, plumbing (MEP), and site utilities. It is a Total Small Business Set-Aside, with eligibility restricted to specific Mechanical MACC Contractors. Proposals are due March 12, 2026, at 3:00 PM EST.
Scope of Work
The project entails renovating the existing 31,664 sq. ft. CDC (Building TT113) and constructing a new mechanical building and yard. Key mechanical upgrades include replacing the HVAC system with a new 4-pipe chilled water/hot water system, installing vapor compression water chillers, low-pressure water heating boilers, Dedicated Outdoor Air Systems (DOAS), and decentralized unitary HVAC equipment. The scope also covers instrumentation and controls with a networked Direct Digital Control (DDC) system (BACnet MS/TP), plumbing upgrades (domestic water, sanitary sewerage, exterior piping, water heaters), and electrical/communications enhancements (distribution, LED lighting, telecommunications cabling). Fire protection systems will be upgraded with an addressable interior fire alarm and mass notification system. Site work includes earthwork, soil characterization, and sodding.
Environmental & Site Details
Environmental assessments found no asbestos-containing materials (ACMs), lead-based paint (LBP), or visible mold. A termite inspection also found no evidence of wood-destroying insect infestation. Contractors must adhere to the "Camp Lejeune Contractor Environmental Guide" and ESOP 5090.10.2. The government reserves the first right of refusal for merchantable timber, and mechanical screening of surplus soil is required. A Structural Interior Design Package details finish requirements.
Contract Details
This is a Combined Synopsis/Solicitation (N40085-26-R-9010) with an estimated cost range of $10,000,000 to $25,000,000. Contract completion is expected within 720 days after award. Special scheduling requires a CDC outage limited to 18 months and construction commencement no earlier than 6 months post-award. Award will be based on Lowest Price. Liquidated damages are set at $880 per Calendar Day.
Eligibility & Submission
This is a Total Small Business Set-Aside (FAR 19.5). Only Mechanical MACC Contractors listed on the General Requirements cover page (Mechworks Mechanical Contractors, Inc.; North State Mechanical, Inc.; and R&W Construction Company, Inc.) may submit a proposal. Proposals must be emailed to clifton.l.gaither.civ@us.navy.mil and lauren.f.loconto.civ@us.navy.mil. A second site visit was held on February 23, 2026. Offerors must acknowledge all amendments, including Amendment 0005 which extended the proposal due date.
Deadlines & Contacts
- Proposal Due Date: March 12, 2026, at 3:00 PM EST.
- Requests for Information (RFIs) Due: February 19, 2026, by 3:00 PM EST.
- Proposal Acceptance Period: 60 days from receipt of offers.
- Primary Contact: Clifton Gaither (clifton.l.gaither.civ@us.navy.mil, 9103786452).
- Secondary Contact: Lauren Loconto (lauren.f.loconto.civ@us.navy.mil, 9104515916).