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 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
- Primary Contact: Mary Pool, mary.pool@navy.mil, 757-341-0559.