P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
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 managing a Solicitation for the P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities at Marine Corps Base, Camp Lejeune, North Carolina. This Design-Build (DB) project involves constructing a Parachute Maintenance Facility with a Paraloft and a Supply Warehouse. This opportunity is restricted to existing Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) holders for Large General Construction Projects in Marine Corps Facilities (contract numbers N4008520D0032/0033/0034/0035/0036). Revised proposals for offerors within the competitive range are due October 7, 2025.
Scope of Work
The project requires the design and construction of two low-rise steel frame facilities with reinforced concrete masonry, brick veneer, reinforced concrete floors, and standing seam metal roofs. The Supply Warehouse will include administrative and support space, storage bays, secured storage, and shipping/receiving areas. The Parachute Maintenance Facility will feature a parachute washing area with drying tower, administrative and support space, training area, sewing and fabrication room, and parachute packing and storage areas. Architectural design must adhere to the Georgian or Colonial revival classification as defined by the Base Exterior Architecture Plan (BEAP) for Hadnot Point. The project also mandates Anti-Terrorism/Force Protection (ATFP) features, compliance with DoD Minimum Anti-Terrorism Standards, and the integration of basic telephone, computer network, fiber optic, security, and fire alarm systems. Mechanical systems include HVAC, plumbing, fire protection, and storm drainage. Built-in equipment such as storage racks, parachute rigging/drying systems, antenna support mast, and fire pumps are also part of the scope.
Contract Details & Key Requirements
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC)
- Estimated Value: Approximately $18,030,800 (CLIN 0001)
- Period of Performance: 780 calendar days from award.
- Eligibility: Restricted to specific MACC holders (N4008520D0032/0033/0034/0035/0036).
- Wage Determination: Revised Wage Determination (WD# NC20260010 dated January 02, 2026) applies.
- Workforce: General construction and finish work is restricted to U.S. citizens.
- Quality Control: Superintendent, Site Safety and Health Officer (SSHO), and Quality Control (QC) Manager must be separate, full-time onsite roles directly employed by the Prime Contractor. SSPC QP 9 and QP 1 certifications are required for surface preparation.
- Environmental: PFAS contaminated soil is considered hazardous and cannot be disposed of as surplus.
- Pricing: Bidders must complete all line items in the Revised Price Schedule (Revision 2, dated August 20, 2025); failure to enter a price for any CLIN will result in proposal rejection.
Evaluation & Submission
This is a Best Value tradeoff procurement, with Technical Solution being of equal importance to Past Performance. Non-price factors combined are approximately equal in importance to price. Proposals must be submitted electronically (.PDF format) via the PIEE Solicitation Module. A bid guarantee (SF 24) of 20% of the offer price or $3,000,000 (whichever is less) is required within 3 days after the proposal due date. Performance and Payment Bonds are required 10 days after award. The proposal acceptance period is 140 days.
Deadlines & Contact
Revised proposals for offerors within the competitive range are due October 7, 2025. For inquiries, contact Mary Pool at mary.pool@navy.mil or 757-341-0559.