Provide Prohibited/Restricted Signs at Range and Training Areas
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 installation of Prohibited/Restricted Signs at Range and Training Areas at Marine Corps Air Station Cherry Point, NC. This procurement is a Total Small Business Set-Aside and is restricted to General MACC contractors only. The project involves installing signs at MAW Point, Pamlico Point, and Raccoon Island. Proposals are due January 14, 2026.
Scope of Work
This project requires the installation of prohibited/restricted signs at various range and training areas. The work is divided into a base bid for MAW Point and two option items for Pamlico Point and Raccoon Island. Installation must adhere to provided drawings and specifications, including detailed plans for land-based and open-water signs, specific sign types (e.g., Danger - Bombing Range, UXO), and precise coordinate-based locations.
Contract Details
- Contract Type: Lowest Price award.
- NAICS Code: 236220 (Commercial and Institutional Building Construction Contractors), with a $45 Million size standard.
- Estimated Cost Range: $500,000 to $1,000,000.
- Completion: Within 365 calendar days after award.
- Liquidated Damages: $205 per calendar day of delay.
- Bonds: Bid bonds are required for proposals. Payment bonds are required for proposals valued at $35K+, and performance bonds are also required for proposals valued at $150K+.
Key Requirements & Clarifications (Latest from Amendment 0004)
- Quality Control Manager: Must be a graduate engineer, architect, or construction management graduate with a minimum of 5 years of construction experience, including at least 2 years as a QC manager (per updated Specification Section 01 45 00).
- Permits: No permits are required for signs placed on land.
- Test Piles: Requirements for water-driven piles have been removed from the contract.
- Explosive Ordnance Technician: Hiring an Explosive Ordnance Technician is required for work at specific locations.
- Base Access: For outlying sites (Pamlico/Raccoon), valid base access is the only requirement.
Submission & Evaluation
- Proposal Due Date: January 14, 2026, at 12:00 PM EST.
- Site Visit: Rescheduled to January 06, 2026, at 0900. (Note: This date has passed, but was the last scheduled site visit).
- RFIs Cut-off: December 31, 2025, by 12:00 PM EST. (Note: This date has passed).
- Submission: Electronic submission is mandatory to all listed email addresses. Failure to comply will result in non-responsiveness.
- Evaluation: The government intends to evaluate proposals and issue a task order without discussions, expecting the best terms in the initial offer. Award will be based on the lowest price.
- Proposal Acceptance Period: 90 days from receipt of offers.
Eligibility
This procurement is restricted to the General MACC contractors listed on the RFP cover letter. Only these contractors may submit a proposal.
Contact Information
- Primary: Mason Sholar (mason.l.sholar.civ@us.navy.mil, 2524663669)
- Secondary: Meghan J Hislop (meghan.j.hislop.civ@us.navy.mil, 9104679459)