CHILLER REPLACEMENT BLDGS A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237
ID: N4008524R2854Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the chiller replacement project at multiple buildings within Marine Corps Base Camp Lejeune, North Carolina. The project involves replacing outdated chillers in buildings A66, FC292, H23, HP561, 407, RR120, M457, M458, and HP237, with a focus on optimizing chilled water systems and ensuring compliance with industry standards. This initiative is critical for enhancing HVAC efficiency and reliability in government facilities while maintaining operational continuity during construction. Proposals are due by September 17, 2024, with an estimated project cost ranging from $1,000,000 to $5,000,000. Interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the submittals required by contractors for various construction activities, emphasizing compliance with safety and regulatory frameworks. It lists multiple categories of required documentation, such as preconstruction submittals, closeout submittals, test reports, and certificates. Key elements include safety plans, equipment delivery schedules, accident prevention plans, and environmental protection plans, indicating a focus on risk management and adherence to operational standards. The categorization of items, such as SD-01 for preconstruction and SD-11 for closeout submissions, illustrates the structured protocol governing the submission timeline and approval process. Additionally, it emphasizes the reporting requirements necessary for maintaining construction quality and safety, reflecting the overarching demand for accountability in government contracting. The comprehensive nature of these submissions underscores the regulatory environment surrounding federal grants and RFPs, highlighting the necessity for meticulous documentation in public sector projects.
    The project at Camp Lejeune NC involves the installation of new HVAC chiller units at specified buildings (A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237). The contractor is required to execute this work while ensuring minimal disruption to ongoing facility operations. Importantly, the project stipulates that one qualified individual can fulfill multiple roles, including Superintendent, Quality Control Manager, and Safety & Health Officer, provided they meet the necessary qualifications defined in the project specifications. This initiative underscores the federal government's commitment to enhancing infrastructure while maintaining operational continuity and safety standards during construction.
    The government project titled "24-0405 Chiller Replacement" entails replacing chillers in various buildings, including A66, FC292, and others, with a total of ten chillers of varying capacities. The scope of work requires contractors to provide all necessary materials, labor, equipment, and supervision, along with site visits coordinated with the Public Works Department. Key specifications include the replacement of chilled water pumps, installation of VFDs, and requirements for energy-efficient and noise-optimized chillers that meet specific sound level data. Additional details dictate the construction standards for chillers, such as using corrosion-resistant materials and compliance with the Buy American Act, emphasizing the need for an established local service presence. Emergency connections and robust control systems must be incorporated to ensure effective operation. The contract stipulates completion within 300 days of award, with necessary oversight and submittals of equipment specifications for approval. Overall, this project reflects a commitment to upgrading HVAC systems while adhering to stringent government standards for efficiency, safety, and compliance.
    This document pertains to Amendment 0001 of the federal RFP N40085-24-R-2854, detailing a scheduled site visit. The visit will occur on Thursday, September 5, 2024, at 10 AM, starting at Building 407 and subsequently proceeding to other locations. The amendment affirms that all other terms and conditions of the RFP remain unchanged. This site visit is likely an essential opportunity for prospective contractors to assess the project environment and clarify any pertinent details. The document reflects standard practices in government procurement processes, ensuring potential bidders have access to required information for informed proposal submissions.
    The document outlines Amendment 0002 for Request for Proposal N40085-24-R-2854, focusing on the installation of a BACnet Direct Digital Control System for HVAC at Camp Lejeune. Key responses address questions from potential bidders, including chiller sizing, and the necessity for hot gas bypass in the new system. Specific references are provided regarding voltage requirements, device specifications, and installation procedures. The section includes a comprehensive list of technical standards and definitions relevant to the project, such as BACnet terminology and system components, ensuring adherence to regulations from notable organizations like ASHRAE and UL. The document emphasizes the installation of both new systems and integration with existing systems, requiring detailed submission of control schematics, programming logic, and operation manuals. Additionally, strict quality assurance guidelines dictate the qualifications for contractors and the required supporting documentation for equipment and installations. Essential features of the control system are highlighted, such as network infrastructure, programming specifics, and user interface requirements, ensuring the system operates effectively and remains compliant with government standards. The amendment aims to clarify project expectations and streamline the bidding process.
    The document outlines the federal Request for Proposal (RFP) for the chiller replacement project at various buildings, detailing specific requirements, specifications, and responsibilities for contractors. The project aims to replace outdated chillers, optimize chilled water systems, and ensure compliance with industry standards. Key points include verification of installation parameters, cleaning and flushing of existing piping, and the incorporation of advanced chiller technologies that include sound attenuation measures. The contractor must uphold strict material standards, adhere to environmental regulations, and coordinate site access for inspections. The completion timeline is set for 300 days after contract award, highlighting the project's urgency. Additionally, the document stipulates that all equipment used must meet Buy American Act standards, emphasizing local sourcing for the manufacturing of chillers. Overall, this RFP represents a structured approach to modernizing HVAC systems in government facilities, ensuring reliability and efficiency while maintaining safety and compliance through stringent specifications and oversight.
    This document pertains to the solicitation N40085-24-R-2854, specifically an amendment regarding the chiller replacement project for multiple buildings at MCB Camp Lejeune, North Carolina. Key updates include a revised proposal due date now set for September 16, 2024, by noon, and an acceptance of proposals extended to December 31, 2024. Proposals must include costs for nine specified line items (ELINs) associated with the chiller replacements in various buildings, with the requirement that submissions must cover all ELINs; failing to do so may result in rejection. The first line item, ELIN 0001, will be awarded at contract award time, while others may be awarded by the end of the year. The document stipulates that pricing should encompass all associated costs, including overhead and profit. Evaluation of the proposals will consider the total pricing for all ELINs, emphasizing the government’s right to award without obligation to exercise options. Overall, this document serves as a formal adjustment to the requirements and conditions surrounding the contract for this infrastructure project, ensuring transparency and compliance within the RFP framework.
    The document concerns Amendment 0005 for Request for Proposal (RFP) N40085-24-R-2854 in the federal government contracting process. It notifies prospective bidders that the due date for submitting proposals has been revised to Tuesday, September 17, 2024, at 1400 hours. Importantly, all other terms and conditions associated with the RFP remain unchanged. This amendment is part of the ongoing management of the RFP process, ensuring that potential contractors are informed of crucial deadlines, which is essential for maintaining transparency and efficiency in federal contract procurement. The document highlights the importance of adhering to updated timelines while reinforcing the stability of the remaining contractual provisions.
    The document outlines the specifications and requirements for a construction contract at the Marine Corps Base Camp Lejeune, North Carolina. It includes comprehensive sections detailing the scope of work, phased construction schedules, management of existing facilities, and protocols for ensuring the protection of underground utilities. The document emphasizes compliance with safety regulations, including the use of the Defense Biometrics Identification System (DBIDS) for contractor personnel access, and stipulates working hours and restrictions on utility interruptions. Additionally, it mandates detailed submittal procedures for project documentation via the Electronic Construction and Facility Support Contract Management System (eCMS), ensuring that all submittals are categorized and adhere to specific approval processes. The final sections cover financial aspects, including payment procedures and requirements for invoicing, emphasizing accurate reporting and adherence to contract specifications. This comprehensive approach reflects the government’s commitment to maintaining high standards in federal contracting, focusing on safety, documentation precision, and effective communication throughout the construction process.
    The "Contractor Environmental Guide" for Marine Corps Base Camp Lejeune outlines essential environmental compliance requirements for contractors working at the installation. The guide serves to ensure adherence to federal, state, and local environmental regulations, along with Marine Corps directives. It highlights the integration of an Environmental Management System (EMS) that emphasizes continual improvement, pollution prevention, and compliance with relevant environmental laws. The guide details various sections covering crucial areas such as air quality, hazardous materials management, emergency planning, and training requirements. Contractors are mandated to complete General Environmental Awareness and EMS training to mitigate environmental impacts associated with their operations. Key definitions and responsibilities related to environmental compliance are also clarified, placing the onus on contractors to understand and follow all applicable regulations. Furthermore, the document emphasizes the importance of communication with the Environmental Management Division and Installation and Environment Department for any environmental concerns or emergencies. Ultimately, the comprehensive approach aims to foster environmental stewardship while maintaining mission readiness.
    The document details the guide specification for hydronic pipe cleaning and flushing procedures at Marine Corps Base Camp Lejeune, North Carolina. It outlines performance requirements to effectively eliminate organic soil, hydrocarbons, and other contaminants from the system, ensuring that all chemicals used are safe for discharge into sanitary sewers. Key components include the strict management of cleaning detergents, which must be specific formulations free from harmful corrosion inhibitors, with sodium sulfite allowed as an oxygen scavenger. The extensive execution section describes methods to maintain water temperature, system pressure, and proper chemical levels during the cleaning process. The document specifies the need for continuous assessment of chemical concentrations in water post-treatment and requires documentation for each check. Additionally, it mandates the provision of material safety data sheets for all chemicals used, along with signage to inform personnel about system treatment parameters. This specification not only ensures effective cleaning procedures but also reinforces environmental safety and operational accountability, aligning with federal standards for public works projects.
    The document outlines the Request for Proposal (RFP) for the Chiller Replacement project at multiple buildings in MCB Camp Lejeune, North Carolina, solicited under Solicitation No. N40085-24-R-2854. The project, identified as Project No. 240405, has a completion timeframe of 640 days post-award and an estimated cost range of $1,000,000 to $5,000,000. Proposals are limited to pre-approved contractors only, with a submission deadline of September 11, 2024. Key requirements include compliance with wage determinations under the Davis-Bacon Act, with a stipulated minimum wage of $17.20 per hour depending on the classification of labor involved. Contractors must provide bid bonds and follow specific bonding requirements based on the proposal amount. The project must proceed while the facility remains operational, granting contractors continuous access. A site visit will be scheduled, and inquiries must be made to the designated point of contact. Importantly, funding availability is not guaranteed, emphasizing that no awards will be made if funds are unavailable. This solicitation reflects typical federal contracting procedures, ensuring accountability in labor wages and project execution standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    P-226 MAINTENANCE FACILITY AND MARINE AIR GROUP HEADQUARTERS, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-226 Maintenance Facility and Marine Air Group Headquarters at Marine Corps Air Station in Cherry Point, North Carolina. This project encompasses the construction of an aircraft engine maintenance shop, a headquarters administration facility, and associated renovations, including site improvements and the demolition of three existing buildings. The initiative is critical for enhancing operational capabilities and support for Marine aviation, ensuring compliance with military construction standards. Proposals are due by October 29, 2024, at 1400 EDT, and interested contractors should contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further information.
    Cooling Tower and Chiller Maintenance and Eddy Current Testing Services_MCRD Parris Island, South Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Cooling Tower and Chiller Maintenance and Eddy Current Testing Services at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. This procurement involves providing non-personal services essential for maintaining the operational efficiency of cooling systems, which are critical for supporting the East Coast Marine training mission. Interested contractors must adhere to the guidelines outlined in the Request for Proposal (RFP), which includes firm-fixed-price and indefinite quantity services, with proposals due by October 4, 2024. For further inquiries, potential offerors can contact Ms. Ashley Williams at ashley.h.williams8.civ@us.navy.mil or by phone at 843-228-3982.
    RR462 Bathroom Modification
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the RR462 Bathroom Modification project at Camp Lejeune, North Carolina. The project aims to convert Storage Room 104 into a fully functional bathroom, requiring contractors to undertake architectural, plumbing, mechanical, and electrical installations while minimizing disruptions to ongoing facility operations. This initiative is part of the government's efforts to enhance facility accessibility and functionality, with an estimated project cost between $100,000 and $250,000. Interested small businesses must submit their proposals by September 12, 2024, and can direct inquiries to Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    B18 Chiller Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of a chiller at Joint Base Anacostia-Bolling in Washington, D.C. The contractor will be responsible for repairing leaks in Chiller 1, conducting routine maintenance, and ensuring proper cleanup after the work is completed, with a focus on maintaining cooling capabilities for 26 facilities. This contract is set aside for small businesses under NAICS Code 811310, with a completion period of 60 days from the notice to proceed. Interested parties must submit their quotes by September 25, 2024, following a site visit scheduled for September 19, and should direct inquiries to Melvin Spann at melvin.spann@us.af.mil or Christian Barnett at christian.barnett.1@us.af.mil.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    Replace Chillers 1 & 2 - FCI Fairton
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace chillers 1 and 2 at the Federal Correctional Institution (FCI Fairton) in New Jersey. The project involves upgrading existing Trane Centrifugal chillers and replacing two 25HP chilled water Variable Frequency Drives (VFDs) and Adaptive Frequency Drives (AFDs), with a performance period of 309 calendar days from the notice to proceed. This procurement is critical for maintaining the facility's operational efficiency and comfort, with an estimated project value between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around September 27, 2024; for further inquiries, they may contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under Solicitation No. N40085-24-R-2855. The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security for the Marine Raider Support Group while ensuring minimal disruption to ongoing operations. This initiative is critical for compliance with military security standards and is estimated to cost between $25,000 and $100,000, with proposals due by September 17, 2024, following a mandatory site visit on September 5, 2024. Interested contractors should contact Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    REPLACE CRAC UNITS IN SERVER ROOM, BLDG 250, DAM NECK ANNEX
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the replacement of Computer Room Air Conditioning (CRAC) units in the server room of Building 250 at the Dam Neck Annex in Virginia Beach, Virginia. The project entails the removal of two existing 26-ton air-cooled CRAC systems and the installation of new non-ducted, air-cooled split type systems designed for optimal IT equipment heat dissipation. This initiative is crucial for maintaining the operational reliability and efficiency of the server room's climate control systems, ensuring compliance with federal regulations throughout the project lifecycle. Proposals are restricted to contractors within a specific 8(a) MACC group, with submissions due by September 30, 2024, and inquiries accepted until September 17, 2024. For further information, interested parties can contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.
    JUBJ 23-4636 REPLACE CHILLERS B872,873, 874, and 863 (Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the replacement of chillers in buildings B872, B873, B874, and the B863 Youth Center at Maxwell Air Force Base in Montgomery, Alabama, under project number JUBJ 23-4636. The project entails the removal of existing chillers and installation of new systems, requiring compliance with environmental regulations and a phased approach to minimize disruption during the 480-day construction period. This initiative is crucial for modernizing facility infrastructure and ensuring operational reliability while adhering to safety and environmental standards. Interested contractors must submit sealed bids with an estimated budget between $1,000,000 and $2,000,000, and can contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or 334-953-3879 for further details.
    DRAFT: REPLACE CHILLERS AND PUMPS, B2326 (DB)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the replacement of chillers and pumps at facility B2326. This procurement aims to enhance the efficiency and reliability of the HVAC systems, which are critical for maintaining operational environments. The project falls under the NAICS code 238220, focusing on plumbing, heating, and air-conditioning contractors, and is set aside for small businesses in accordance with FAR 19.5 regulations. Interested parties should log in to https://piee.eb.mil and search for 'FA302024RM006' for further details, and can reach out to primary contact Lindsay Brown at lindsay.brown.10@us.af.mil or 940-676-4423 for inquiries.