P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities

SOL #: N4008525R2523Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 25, 2025
2
Last Updated
Feb 25, 2026
3
Submission Deadline
Apr 24, 2025, 6:00 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 the P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities project at Marine Corps Base, Camp Lejeune, North Carolina. This Design-Build (DB) project involves the construction of a Parachute Maintenance Facility with a Paraloft and a Supply Warehouse. This opportunity is restricted to specific Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) holders (contract numbers N4008520D0032/0033/0034/0035/0036).

Scope of Work

The project entails the design and construction of low-rise steel frame facilities with reinforced concrete masonry, brick veneer, reinforced concrete floors, and standing seam metal roofs. Key components include:

  • Supply Warehouse: Administrative and support space, storage bays, secured storage, and shipping/receiving area.
  • Parachute Maintenance Facility: Parachute washing area with drying tower, administrative and support space, training area, sewing and fabrication room, and parachute packing and storage areas.
  • Architectural Style: Georgian or Colonial revival, consistent with the Base Exterior Architecture Plan (BEAP) for Hadnot Point.
  • Features: Anti-Terrorism/Force Protection (ATFP) features, basic telephone, computer network, fiber optic, security, and fire alarm systems, HVAC, plumbing, fire protection, sanitary sewer, oil/water separators, and storm drainage.
  • Built-in Equipment: Storage racks, parachute-rigging system, parachute drying system, antenna support mast, and fire pumps.

Contract Details

  • Contract Type: Solicitation under an existing IDIQ MACC.
  • Estimated Budget: Approximately $18,030,800 (CLIN 0001).
  • Period of Performance: 780 calendar days from the date of award.
  • Wage Determination: Revised Wage Determination WD# NC20260010 (dated January 02, 2026) applies.

Eligibility & Submission

  • Eligibility: Restricted to specific MACC contract holders as noted above.
  • Proposal Due Date: May 28, 2025, at 06:00 PM EST (initial proposals).
  • Revised Proposal Due Date: October 7, 2025, for Offerors in the Competitive Range.
  • Submission Method: Electronic proposals (.PDF format) via the PIEE Solicitation Module only. Emailed submissions will not be accepted.
  • Bid Guarantee: Required (Standard Form 24), 20% of offer price or $3,000,000 (whichever is less), submitted within 3 days after the proposal due date.
  • Performance and Payment Bonds: Required 10 days after award.
  • Proposal Acceptance Period: 140 days from receipt of offers.

Evaluation

Award will be based on a Best Value tradeoff process. Evaluation factors include Technical Solution (equal importance to Past Performance), with non-price factors combined approximately equal in importance to price.

Key Amendments & Clarifications

  • Revised Price Proposal Schedule – Revision 2 has been issued (Amendment 0015).
  • Revised Wage Determination (NC20260010) incorporated (Amendment 0016).
  • Pre-Proposal Inquiries (PPIs) have been addressed, clarifying compliance with UFC/UFGS, Paraloft interior finishes, and dual-hat roles for Safety/Superintendent or Quality Control/Superintendent (Amendment 0017).
  • Quality Control (QC) Roles: Superintendent, SSHO, and QC Manager must be separate, full-time onsite roles directly employed by the Prime Contractor (Amendment 0012).
  • SSPC Certifications: SSPC QP 9 and QP 1 certifications are required for applicable work (Amendment 0012).
  • PFAS Contaminated Soil: Considered hazardous and requires compliance with RFP environmental standards (Amendment 0012).

Contact Information

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 32
Solicitation
Posted: Feb 25, 2026
View
Version 31
Solicitation
Posted: Jan 29, 2026
View
Version 30
Solicitation
Posted: Aug 20, 2025
View
Version 29
Solicitation
Posted: Aug 20, 2025
View
Version 28
Solicitation
Posted: Aug 20, 2025
View
Version 27
Solicitation
Posted: Aug 20, 2025
View
Version 26
Solicitation
Posted: Aug 14, 2025
View
Version 25
Solicitation
Posted: Aug 6, 2025
View
Version 24
Solicitation
Posted: May 22, 2025
View
Version 23
Solicitation
Posted: May 22, 2025
View
Version 22
Solicitation
Posted: May 21, 2025
View
Version 21
Solicitation
Posted: May 14, 2025
View
Version 20
Solicitation
Posted: May 14, 2025
View
Version 19
Solicitation
Posted: May 12, 2025
View
Version 18
Solicitation
Posted: May 12, 2025
View
Version 17
Solicitation
Posted: May 8, 2025
View
Version 16
Solicitation
Posted: May 8, 2025
View
Version 15
Solicitation
Posted: May 8, 2025
View
Version 14
Solicitation
Posted: May 8, 2025
View
Version 13
Solicitation
Posted: May 6, 2025
View
Version 12
Solicitation
Posted: May 2, 2025
View
Version 11
Solicitation
Posted: May 2, 2025
View
Version 10
Solicitation
Posted: Apr 25, 2025
View
Version 9
Solicitation
Posted: Apr 25, 2025
View
Version 8
Solicitation
Posted: Apr 17, 2025
View
Version 7
Solicitation
Posted: Apr 17, 2025
View
Version 6
Solicitation
Posted: Apr 1, 2025
View
Version 5
Solicitation
Posted: Apr 1, 2025
View
Version 4
Solicitation
Posted: Mar 31, 2025
View
Version 3
Solicitation
Posted: Mar 31, 2025
View
Version 2
Solicitation
Posted: Mar 26, 2025
View
Version 1Viewing
Solicitation
Posted: Mar 25, 2025