N4008526R0037 P1574/P1591/P1592 MCB CAMP LEJEUNE
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 a construction task order under an existing Small Business Multiple Award Construction Contract (MACC). This opportunity, identified as N4008526R0037, involves the construction of Marine Raider Support Battalion Operational Support Facilities (OSF) and associated site work for Projects P1574, P1591, and P1592 at Marine Corps Base Camp Lejeune, NC. The final proposal due date is March 13, 2026, at 1400 EDT.
Scope of Work
The work encompasses the construction of three OSFs, including miscellaneous supporting structures, utilities, parking, roadways, pedestrian ways/sidewalks, and general site work. Detailed engineering drawings and specifications cover architectural, structural, civil, mechanical, electrical, and plumbing systems. Key elements include extensive erosion and sediment control measures, stormwater management facilities, and specific construction details for concrete slabs, exterior pads, and retaining walls. Architectural drawings provide visual specifications for building exteriors, finishes, and material selections. A Hazardous Materials Inspection Report indicates the presence of lead-based paint in demolition areas, requiring specific management protocols.
Contract Details
This is a Solicitation for a task order under an Indefinite-Delivery Indefinite-Quantity (IDIQ) Small Business MACC. The magnitude of construction for this specific task order is estimated between $10,000,000 and $25,000,000. The period of performance is 730 calendar days from the date of award. The opportunity is a Total Small Business Set-Aside (FAR 19.5), and work is restricted to U.S. Citizens. Department of Labor General Decision Number NC20260010 applies for wage rates. Liquidated damages are set at $3,057.22 per calendar day of delay.
Pricing & Submission
Bidders must submit pricing for Base Prices (CLINs 0001-0004) covering the total work for each OSF project, including demolition. Option Items (CLINs 0005-0014) include specific tasks like soil removal/replacement, PVDs, and A/V systems. Furniture, Fixtures, and Equipment (FF&E) Options (CLINs 0015-0017) require a Handling and Administration Rate (HAR) not exceeding 5%, with separate bonding requirements. Proposals, including an electronic bid bond (SF 24) of at least 20% of the offer price or $3,000,000 (whichever is less), must be submitted electronically via the PIEE Solicitation Module. A hard copy of the bid bond is required within three days of the proposal due date. The proposal acceptance period is 120 days.
Evaluation
Award will be based on price only (low price), with all options evaluated. The government reserves the right to award options within 365 days post-award. A