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 Building 159, MCAS Cherry Point, NC. This project is designated as a Total Small Business Set-Aside with an estimated value between $1,000,000 and $5,000,000. Proposals are due by March 31, 2026, at 12:00 PM Local Time.
Scope of Work
The primary scope involves the replacement of an existing hydraulic passenger elevator within the DLA Distribution portion of Building 159. Incidental related work is also required, as detailed in Specification Section 01 11 00, Summary of Work. Bidders must review comprehensive architectural, structural, fire protection, plumbing, mechanical, and electrical drawings to understand the full technical specifications and design intent. An "Asbestos and Lead Paint Survey" for Building 159 indicates no asbestos above regulatory limits, but lead was detected in paint on elevator door frames and structural steel beams. Bidders must account for the handling and disposal of lead-containing paint in accordance with OSHA (29 CFR 1926.62).
Contract Details
This will be a Firm Fixed-Price contract with a Period of Performance of 300 calendar days after award. The acquisition is a Total Small Business Set-Aside under NAICS Code 236220 (Commercial & Institutional Building Construction) with a $45,000,000 size standard. Bid bonds are required for proposals $150K and greater, payment bonds for $35K and greater, and performance bonds for $150K and greater. Electronic submission of bid bonds is acceptable if seals are visible. The government expects a full-time Superintendent and a full-time Safety, Health, and Environmental Officer (SSHO) on-site, who must be prime contractor employees and cannot be double-hatted. No advance payments will be allowed, and 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).
Submission & Key Dates
Proposals are due by March 31, 2026, at 12:00 PM Local Time. Bids must be submitted in original and two copies, sealed, and clearly marked with "Bid for Solicitation number N4008526B0003" and the submission date/time. Hand-carried bids must be deposited in the bid box located in the Lobby of Building 87, next to conference room 103, accessible Monday through Friday, 9:00 AM to 3:00 PM EST, until the due time. Mailed bids should be sent to FEAD, Attention: Eileen Mieko Cole, 748 ROOSEVELT BLVD, PSC Box 8006, Cherry Point NC 28533. The bid opening will be held on March 31, 2026, at 12:00 PM Local Time in Conference Room 103. Visitors without base access for the bid opening must submit a sponsorship request to eileen.m.cole2.civ@us.navy.mil by March 30, 2026, 10:00 AM local time. Offers must remain valid for at least 60 calendar days. Offerors must acknowledge receipt of all amendments with their proposal; failure to do so may result in rejection. The site visit (March 2, 2026) and RFI deadline (March 9, 2026) have passed.
Contact Information
For inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.