Replace Hoist Trolley B4504 and Gears/Motors B4819, Station Ordnance
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 replacement of a hoist trolley and gears/motors at Station Ordnance, MCAS Cherry Point, North Carolina. This project, identified as a Total Small Business Set-Aside, is specifically restricted to four named contractors. The work involves critical repairs to magazine blast doors. Proposals are due by January 26, 2026.
Scope of Work
This solicitation covers the repair of multiple magazine blast doors and associated work at MCAS Cherry Point.
- Building 4504: Replace an 8-ton chain-driven hoist trolley on the center door left hoist with a new, like-for-like or better unit. The contractor must barricade work areas daily and perform operational tests post-installation.
- Building 4819: Remove broken gear and motor from two blast doors. Replace the gearbox with a Boston Gear (SF852BRB-160K-B7-M1) or equivalent/better helical-worm speed gear box, and the electric motor with a Baldor Motor (VEBM3546T-D) or equivalent/better motor, reusing existing wiring. Operational tests are required for both doors after installation.
- General Requirements: Conduct site cleanup, return the area to its original condition, and submit all required warranty paperwork. One individual must fulfill the roles of Superintendent, Quality Control Manager, and Site Safety and Health Officer.
Contract Details
- Contract Type: Implies a construction contract.
- Period of Performance: 210 calendar days after award (updated by Amendment 0001).
- Estimated Cost Range: Between $25,000 and $100,000.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a size standard of $45 Million.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Eligibility: Restricted to T.E. Davis Construction Company, Joyce & Associates Construction, Inc., Olympic Enterprises, Inc., and Quadrant Construction.
Submission & Evaluation
- Basis for Award: Lowest Price. The Government intends to evaluate proposals and issue a task order without discussions, emphasizing that initial offers should represent the best terms. However, the Government reserves the right to conduct discussions if necessary.
- Proposal Acceptance Period: 90 days from receipt of offers.
- Site Visit: No site visit will be held.
- Proposal Submission: Electronic copy of the bid bond is required with the proposal. Proposals must be sent to mason.l.sholar.civ@us.navy.mil and meghan.j.hislop.civ@us.navy.mil. The subject line must include the project number and contractor information.
Key Deadlines
- RFIs Cut-off: January 19, 2026, by 12:00 PM EST.
- Proposal Due Date: January 26, 2026, by 2:00 PM EST.
Additional Notes
Specifications, drawings, and associated project documents are available on www.sam.gov. Any changes to the scope of work, technical specifications, or drawings will be issued via a Standard Form (SF) 30. Offerors are advised that funding may not become available, and no award will be made if funds are unavailable. Contractor personnel must comply with all activity regulations, including safety, traffic, and security, and may require DBIDS credentials or One-Day Passes for access to MCAS Cherry Point.