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

NC

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
May 21, 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

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
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 21Viewing
Solicitation
Posted: May 14, 2025
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 1
Solicitation
Posted: Mar 25, 2025
View