Mechanical Repairs Bldg TT113 CDC

SOL #: N4008526R9010Combined 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

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

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

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 19, 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 Mechanical Repairs to Building TT113 Child Development Center (CDC) at MCB Camp Lejeune, NC. This project, identified as N40085-26-R-9010, involves comprehensive mechanical, electrical, plumbing, and site utility upgrades. This is a Total Small Business Set-Aside, but only specific pre-qualified Mechanical MACC Contractors are eligible to submit proposals. The proposal due date is March 19, 2026, at 3:00 PM EST.

Scope of Work

This project entails the renovation of the existing 31,664 sq. ft. Building TT113 CDC and the construction of a new mechanical building and yard. Key requirements include:

  • HVAC Systems: Installation of vapor compression water chillers, low-pressure water heating boilers, Dedicated Outdoor Air Systems (DOAS), and decentralized unitary HVAC equipment, replacing the existing system with a new 4-pipe chilled water/hot water system.
  • Instrumentation & Controls: Implementation of a networked Direct Digital Control (DDC) system using BACnet MS/TP protocols, including cybersecurity measures.
  • Plumbing & Utilities: Upgrades to domestic water, sanitary sewerage, exterior buried preinsulated water piping, water heaters, and backflow preventers.
  • Electrical & Communications: Interior electrical distribution, LED lighting, lightning protection, and a complete building telecommunications cabling system.
  • Fire Protection: Installation of an addressable interior fire alarm and mass notification system compatible with existing Simplex equipment.
  • Site Work: Earthwork, soil characterization, and sodding for disturbed areas.
  • Interior Design: Specific interior design requirements, material selections, and aesthetic goals are detailed in the Structural Interior Design Package.
  • Building Information: Detailed specifications of the facility's existing conditions, infrastructure, and installed equipment are provided.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation for building construction.
  • Estimated Cost Range: Between $10,000,000 and $25,000,000.
  • Completion: Expected within 720 days after award.
  • Special Scheduling: CDC outage limited to 18 months; construction commencement no earlier than 6 months after award; climate-controlled storage and relocation of CDC materials required.
  • Liquidated Damages: $880 per Calendar Day.
  • Basis for Award: Lowest Price.
  • Wage Determination: General Decision Number NC20260010 dated 01/02/2026 applies.

Eligibility & Set-Aside

This is a Total Small Business Set-Aside (FAR 19.5). However, only the following pre-qualified Mechanical MACC Contractors are eligible to submit a proposal: Mechworks Mechanical Contractors, Inc.; North State Mechanical, Inc.; and R&W Construction Company, Inc.

Submission & Key Dates

Environmental & Compliance

  • Assessments: Environmental assessments found no asbestos-containing materials (ACMs), lead-based paint (LBP), visible mold, or wood-destroying insect infestation.
  • Standards: Adherence to the "Camp Lejeune Contractor Environmental Guide," ESOP 5090.10.2 for environmental media screening and PFAS management, and industry standards including NFPA, ASME, ASTM, and TIA/EIA.
  • Real Property: Amendment 0002 details updated requirements for the Interim DD Form 1354, including submission timelines and content.

Amendments & Notes

  • Amendments: Multiple amendments have been issued, including scheduling two site visits (February 12 and February 23, 2026) and extending the proposal due date. Amendment 0003 clarified material specifications for OH coiling doors.
  • Acknowledgement: Bidders must acknowledge all amendments when submitting their proposal; failure to do so may result in rejection.
  • Funding: Funding may not become available, and no award will be made if funds are not available. Offerors will not be reimbursed for any effort or proposal costs.
  • Other Provisions: The solicitation includes the "Buy American Requirement-Construction Materials" provision (FAR clause 52.225-9). Executive Order 13706 (Paid Sick Leave) and Executive Order 13658 (minimum wage) may apply. Bond requirements vary based on proposal value.

People

Points of Contact

Lauren LocontoSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8Viewing
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
Version 7
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View