Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
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 hydraulic passenger elevator and associated incidental work at DLA Distribution, Building 159, Marine Corps Air Station Cherry Point, NC. This is a Total Small Business Set-Aside opportunity with an estimated value between $1,000,000 and $5,000,000. Proposals are due March 31, 2026, by 12:00 PM EST.
Scope of Work
The project involves the comprehensive replacement of a hydraulic passenger elevator, including demolition and new construction phases. Detailed technical specifications are provided in the architectural, structural, fire protection, plumbing, mechanical, and electrical drawings. The scope also includes incidental related work as described in Specification Section 01 11 00. Bidders must account for potential hazardous materials, specifically lead-containing paint found on elevator door frames and structural steel beams, and adhere to OSHA (29 CFR 1926.62) regulations for handling and disposal.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: 300 calendar days after award
- Estimated Value: $1,000,000 to $5,000,000
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 236220 - Commercial & Institutional Building Construction (Size Standard: $45,000,000)
- Proposal Due Date: March 31, 2026, 12:00 PM EST
- Site Visit: March 2, 2026, 10:00 AM EST at FEAD Cherry Point Office, Building 87
- Requests for Information (RFIs) Due: March 9, 2026, 12:00 PM EST
Key Requirements & Clarifications (Amendment 0001)
- Personnel: A full-time Superintendent and a full-time Safety, Health, and Environmental Officer (SSHO) are required on-site for the project duration. Both must be full-time employees of the Prime Contractor and cannot be double-hatted or subcontractor employees.
- Payments: No advance payments are allowed; invoicing is restricted to work performed and materials/equipment on-site.
- Technical: An arc flash study is required. Revisions to firestopping details for elevator equipment and piping penetrations have been made. The contractor is responsible for providing a new DDC direct drive digital control system, as there is no intent to connect to the existing Building Automation System (BAS).
- Bid Bond: A 20% bid bond is required for proposals valued at $150K and greater. Electronic submission via email is acceptable, provided any seals are visible.
Submission & Evaluation
Proposals must be submitted in original and two copies, in sealed envelopes marked with the offeror's name, address, solicitation number, and due date/time. Offers must remain valid for at least 60 calendar days. Bid bonds ($150K+), payment bonds ($35K+), and performance bonds ($150K+) are required. Offerors must acknowledge Amendment 0001 with their proposal; failure to do so may result in rejection. If a proposal has already been submitted, acknowledgement should be made by telegram stating whether the price remains unchanged, is decreased, or is increased.
Contact Information
Primary Point of Contact: Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.