B564 INSTALL CWP EVAPORATOR
ID: ACQR6101754Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MISCELLANEOUS BUILDINGS (C1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the installation of a Controlled Pure Water (CPW) Evaporator at the Naval Submarine Base New London in Groton, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment to install a new mezzanine, stairs, railings, and the CPW Evaporator, among other components, within a 270-day timeframe. This installation is crucial for maintaining and upgrading military infrastructure, ensuring operational efficiency and compliance with safety standards. Interested contractors must be part of the specified MACC group and submit their proposals by April 23, 2025, with a contract value estimated between $500,000 and $1,000,000. For further inquiries, potential bidders can contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or Shawn Drake at shawn.a.drake3.civ@us.navy.mil.

Files
Title
Posted
Apr 9, 2025, 8:08 PM UTC
This document is a Request for Proposal (RFP) from NAVFAC for the installation of a CPW Evaporator at NAVSUBASE Groton, CT, and outlines the requirements for prospective contractors. It is structured into six main parts: Proposal Forms and Documents, General Requirements, Statement of Work, Minimum Materials and Construction Requirements, Prescriptive Specifications, and Attachments. Key aspects of the RFP include details on contract administration, project scope, performance specifications, and quality control. The contractor must develop a comprehensive quality control program and adhere to various safety, environmental, and operational protocols stipulated throughout the text. Specific sections emphasize critical requirements such as handling government-furnished materials, work restrictions, invoicing procedures, security access, and waste management practices. Contractors are tasked with ensuring compliance with federal, state, and local regulations while maintaining communication with NAVFAC representatives. The overarching aim is to facilitate the successful completion of the project while ensuring safety, quality, and regulatory adherence. This RFP represents the government's commitment to maintaining high standards in construction projects and emphasizes the importance of detailed planning and execution.
Apr 9, 2025, 8:08 PM UTC
This document outlines the specifications for a new evaporator installation project at Building 564 Groton CT, under the National Security Systems (NSS) and the National Resources Management Division (NRMD) Contract Information Form (CIF). It details the necessary components of the installation, including air intake connectors, duct dimensions, power cable specifications, and structural elements like knee braces and steel channels. The design takes into account existing conditions and specific architectural measurements necessary for the integration of the new evaporator system. The document also specifies the technical details such as the voltage, model, material specifications, and weight of the equipment, emphasizing compliance with safety and operational standards. Overall, this succinctly presents the requirements for a project involving federal and state compliance, focusing on enhancing infrastructure while ensuring safe and efficient functionality.
Apr 9, 2025, 8:08 PM UTC
Apr 9, 2025, 8:08 PM UTC
Apr 9, 2025, 8:08 PM UTC
The document appears to contain a corrupted or unreadable format that hinders the extraction of meaningful content. It lacks a coherent structure comprising specific topics relevant to federal or state RFPs, grants, or services. Without the ability to access clear information or key points, it is not feasible to summarize or analyze the intended purpose. Typically, documents involving government RFPs or grants outline criteria, funding opportunities, proposals, or project requirements. An effective summary would delineate the program goals, eligible applicants, funding amounts, and application guidelines. However, given the lack of identifiable data in this document, a thorough analytical summary is unattainable. Further efforts may be needed, such as accessing an uncorrupted version or alternative file to adequately present the essential details.
Apr 9, 2025, 8:08 PM UTC
The government document pertains to federal grants and requests for proposals (RFPs), focusing on funding opportunities aimed at enhancing various public services and infrastructure developments. It outlines the process for applying for federal assistance, detailing eligibility criteria, submission guidelines, and evaluation standards for potential projects. The key themes involve collaboration among government entities at federal, state, and local levels to address community needs through project proposals. The content emphasizes the importance of compliance with regulations and thorough documentation to secure funding. Additionally, it highlights the need for innovative solutions to improve services like education, health, and transportation while ensuring accountability and transparency in the allocation of resources. The document serves as a critical resource for organizations seeking federal support to implement projects that contribute to public welfare and community advancement, reinforcing the government's commitment to fostering economic growth and enhancing living conditions through strategic funding initiatives.
Apr 9, 2025, 8:08 PM UTC
The CERT-141 document serves as a Contractor's Exempt Purchase Certificate, enabling contractors to acquire materials and supplies exempt from sales and use taxes for projects executed under contracts with exempt entities. An exempt entity can include state and municipal governments, charitable organizations, or federal agencies. The certificate must be presented at the time of purchase, and it ensures the tangible personal property remains part of the project post-completion. Contractors must maintain records for six years to substantiate their tax-exempt purchases and are liable for use tax if requirements aren't met. Sellers, upon accepting this certificate, are relieved of proving the tax exemption as long as they act in good faith. The certificate can be used for individual or blanket purchases, with the latter remaining valid for three years unless revoked. The document emphasizes the need for accurate record-keeping and confirms that misuse of the certificate may result in significant penalties. This system is particularly significant within the context of government RFPs and grants, facilitating cost-effective materials procurement for various public sector projects.
Apr 9, 2025, 8:08 PM UTC
The "Building Contractors' Guide to Sales and Use Taxes" by the Connecticut Department of Revenue Services serves as a practical resource for contractors, detailing their tax responsibilities within the construction industry. It explains that contractors must collect and remit sales tax on their contracts, while also paying sales or use tax on materials and supplies utilized. The guide outlines various contracting situations, including labor tax implications for different types of construction contracts—fixed-price, cost-plus, and time-and-materials. Key components include necessary tax permits for conducting business, maintaining accurate records for compliance, and filing returns through the Taxpayer Service Center (TSC). Specific guidance is provided on exempt contracts with governmental or charitable organizations, and the application of taxes based on property type (commercial, residential, etc.). The document underscores that contractors must assess the nature of the services and the type of property involved to determine the tax applicability accurately. Overall, the publication is designed to assist contractors in navigating their sales and use tax obligations, ensuring adherence to state laws while facilitating their business operations in Connecticut.
Apr 9, 2025, 8:08 PM UTC
This report by the Connecticut Office of Legislative Research details the state sales and use tax exemption for building materials purchased by contractors for state construction projects. It highlights that contractors can buy materials intended for permanent installation without incurring sales tax, while tools and equipment used in construction do not qualify for this exemption. To obtain this exemption, contractors must complete a Department of Revenue Services certificate confirming the material's intended use for an exempt entity, asserting under penalty of false statement that the items will be installed in the project. The report also compares Connecticut’s exemption to similar laws in 15 other states, noting that while many states restrict exemptions to materials incorporated into construction, some extend exemptions to consumable supplies. The document emphasizes the audit process conducted by the DRS to ensure compliance and eligibility, outlining responsibilities for both contractors and sellers regarding tax liability and documentation retention. This analysis serves as a resource for understanding the financial implications of state construction contracts and the regulatory framework ensuring tax compliance.
Apr 9, 2025, 8:08 PM UTC
Apr 9, 2025, 8:08 PM UTC
The document appears to be a comprehensive utility map detailing building locations within a specified area, indicated by grid references and building numbers. It outlines various buildings, their respective grid positions, and easement information, suggesting a focus on land management and infrastructure planning. The extensive list of buildings indicates an organized format, likely for use in permitting and utility management, which may be relevant for federal and state RFPs or grants oriented towards environmental management, urban development, or construction activities. The grid format is likely designed for easy reference during facility planning, construction, and maintenance procedures, while the mention of easements implies a legal aspect regarding land use. The compilation of data signals importance for project regulation and compliance in construction, reinforcing the government's commitment to infrastructure development and environmental sustainability. Overall, the document serves as a functional reference for planners and developers interacting with urban infrastructure projects, illustrating details necessary for navigating regulatory landscapes involved in governmental projects.
Apr 9, 2025, 8:08 PM UTC
The General Contract Requirements for Naval Submarine Base New London detail essential safety, security, and operational standards for contractors. Key regulations include adherence to government safety protocols, mandatory fire protection measures, equipment inspections for OSHA compliance, and rapid reporting of accidents or damages. Contractors must also comply with crane safety guidelines, providing certifications and plans for critical lifts. Additionally, environmental protections mandate compliance with all relevant laws, and contractors are liable for any fines due to negligence. Insurance requirements include comprehensive coverage, with specified minimums for various liabilities. Access to the base necessitates proper identification and prior approval, emphasizing strict security protocols. Special measures for operations involving hazardous materials or diving activities are established, necessitating coordination with government authorities. Overall, the document underscores the importance of safety, regulatory compliance, and operational integrity in all aspects of contractor work at the naval facility.
Apr 9, 2025, 8:08 PM UTC
The document is a request from the Facilities Engineering and Acquisitions Branch of the Department of the Navy, soliciting the issuance of one-day access passes for specific individuals. This request pertains to a project involving the installation of a CWP evaporator at Naval Submarine Base New London. Key details include the full names of the individuals requiring passes, their respective arrival dates, and the name of the company they represent. The request aims to facilitate necessary access for these individuals to perform their duties related to the specified installation task, highlighting the operational needs of the Navy in managing contractor access for maintenance and engineering projects on naval facilities. This type of document is indicative of the procedural requirements associated with federal projects, ensuring compliance with security protocols while allowing for the execution of essential services.
Apr 9, 2025, 8:08 PM UTC
The document outlines a Request for Information (RFI) process for contractors within the context of government projects. It serves as a communication tool for contractors to inquire about project specifics, ensuring clarity and adherence to standards prior to execution. The RFI system is designed to facilitate quick responses to contractor inquiries, but it explicitly notes that approval to proceed with work is not granted through this communication; contractors must act at their own risk until formal authorization is given. Additionally, if a contractor perceives the RFI response as indicative of a changed project condition, they must formally notify the Contracting Officer within 20 days. The document's structure includes sections for essential details such as contract number, title, information requested, and recommendations, alongside signature lines for accountability and record-keeping. This process underscores the importance of accurate documentation and communication in federal contracts to mitigate risks and manage changes effectively.
Apr 9, 2025, 8:08 PM UTC
This document outlines a Price Proposal Form (ACQR 6101754) for the project titled "B564 Install CPW Evaporator" at the Naval Submarine Base New London, in Groton, CT. The proposal requires the contractor to provide a lump sum price for a comprehensive array of services and materials needed for the installation of a new Controlled Pure Water (CPW) Evaporator, which includes constructing a mezzanine, installing necessary piping and electrical components, as well as demolition and startup procedures. The work location is specifically identified as the Enclosed Storage Area (ESA), Building 564. The project has a duration of 270 days, and any delay beyond this will incur liquidated damages of $241.00 per day. The total price for the contract is to be provided by the Offeror, along with their signature and date. This proposal form is part of a broader federal effort to secure contractor cooperation for construction and installation projects, reflecting the government's ongoing commitment to maintain and upgrade military facilities.
Apr 9, 2025, 8:08 PM UTC
The document serves as an amendment to solicitation ACQR6101754, detailing procedures for acknowledging receipt of amendments, altering offers prior to submission deadlines, and additional information regarding the project scope. It confirms that construction will not commence until April 2026 and clarifies that the project follows a Design-Build framework, allowing the prime contractor to utilize previously submitted designs under set guidelines. Furthermore, the document outlines site visit logistics, including responsibilities for fire alarm management, tool usage, and personnel check-in procedures, emphasizing coordination for safety and regulatory compliance. Specific inquiries from potential contractors regarding the project, such as laydown areas and material warranties, are addressed. Attached specifications include details about the Controlled Pure Water Evaporator, outlining dimensions, operational capabilities, and associated regulatory compliance requirements. This amendment is essential for prospective bidders to understand project requirements, timelines, and safety protocols, ensuring clarity and compliance in delivering the required services.
Apr 9, 2025, 8:08 PM UTC
The Naval Facilities Engineering Command is soliciting proposals for a design-build task order for the installation of a Controlled Pure Water (CPW) Evaporator at Naval Submarine Base New London, Groton, CT. The contract has a value between $500,000 and $1,000,000 and is part of an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) applicable in various North Eastern states. Contractors must complete the project within 270 calendar days post-award. All work must comply with specified regulations and standards, including adherence to commercial cleanliness protocols. Proposals must be submitted by April 23, 2025, focusing primarily on price evaluation, seeking the lowest evaluated bid. A mandatory pre-proposal site visit is scheduled for March 20, 2025, with strict access requirements. Compliance with wage determinations from the Department of Labor and incorporation of designated clauses are also emphasized. The solicitation is guided by federal contracting procedures, ensuring government standards in executing construction projects. This RFP reflects the government's ongoing commitment to maintaining and enhancing military infrastructure while ensuring procedural and regulatory compliance.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
DESIGN-BID-BUILD, P1044, PIER 31 EXTENSION NAVAL SUBMARINE BASE NEW LONDON, GROTON, CONNECTICUT
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the Design-Bid-Build project to extend Pier 31 at the Naval Submarine Base in New London, Connecticut. The project aims to enhance the existing infrastructure to support submarine operations, including civil, electrical, mechanical, and structural improvements, with a total estimated contract value of approximately $104.8 million. This initiative is critical for maintaining operational readiness and safety at the naval base, ensuring compliance with environmental regulations and modern operational requirements. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
Rental and Maintenance of One (1) Ultra High Pressure (UHP) Self-Contained, Diesel Motor Driven 20,000 PSI 20 GPM Water Jet System with Support Services
Buyer not available
The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental and maintenance of a portable, self-contained, diesel motor-driven ultra high-pressure (UHP) water jet system, capable of operating at 20,000 PSI and 20 GPM, along with necessary support services. The contractor will be responsible for providing all required equipment, conducting start-up, training, and maintenance, while ensuring compliance with safety and operational standards. This procurement is critical for maintaining high operational efficiency and safety at Sub Base New London, CT, emphasizing the importance of reliable and effective equipment in military operations. Interested vendors must submit their proposals by April 15, 2025, with the performance period set from September 16, 2025, to December 29, 2025, and an option for extension into January 2026. For further inquiries, contact Kyle Wilkinson at kyle.j.wilkinson4.civ@us.navy.mil or by phone at 207-994-4753.
DESIGN-BID-BUILD, WTP CLEARWELL REPAIR/REPLACEMENT, NAVAL STATION GREAT LAKES, GREAT LAKES, ILLINOIS
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the Design-Bid-Build project focused on the repair and replacement of the Water Treatment Plant (WTP) Clearwell at Naval Station Great Lakes in Illinois. This project encompasses a range of construction activities, including hazardous material abatement, the construction of new concrete storage tanks, and the installation of a pump station and necessary piping systems, all aimed at enhancing the facility's water treatment capabilities. The project is critical for maintaining essential water services for the naval base and its surrounding community, ensuring compliance with federal safety and environmental regulations. Proposals are due by April 22, 2025, and interested contractors should contact Ashlee Beggs at Ashlee.beggs@navy.mil or Catharine Keeling at catharine.a.keeling@navy.mil for further details.
LP-40 Install In-Line Receipt Filtration, Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. This project involves the demolition of an existing aboveground fuel filtration system and the installation of a new filtration system, including necessary electrical work and structural modifications, all to be completed within 270 calendar days post-award. The procurement is significant for enhancing fuel service operations at the naval facility, ensuring compliance with safety and operational standards. Proposals are due by May 14, 2025, with a site visit scheduled for April 8, 2025; interested contractors should contact Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil for further details.
Repair Waterfront, U.S. Coast Guard Academy, New London, CT (New London County) Project No. 13317433
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of various waterfront facilities at the U.S. Coast Guard Academy in New London, Connecticut. The project encompasses extensive repairs to structures including the T-Boat Pier, Railroad Overpass Bridge, Floating Docks, and several other piers, requiring a range of services from replacing timber and steel components to recoating and cleaning existing structures. This procurement is critical for maintaining the operational integrity of the Academy's waterfront facilities, with an estimated contract value between $3 million and $4 million and a performance period of 190 calendar days from the Notice to Proceed. Interested vendors should contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil, with bids due by May 7, 2025.
Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the electrical infrastructure and ensure the reliability of utility services critical to the operations at the naval station. The work involved is vital for maintaining operational readiness and safety standards within the facility. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the solicitation process.
Cathodic Protection: Above/Under Ground Tanks
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for a contract focused on Preventive Maintenance and Cathodic Protection for above-ground and underground storage tanks at the Naval Submarine Base New London in Groton, Connecticut. The contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to ensure the operational integrity and compliance of these critical systems, which are vital for environmental protection and safety. This performance-based contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span a base year with four optional extension periods, emphasizing the importance of maintaining high standards in facility management. Interested contractors should reach out to Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or call 860-694-4557 for further details and to ensure compliance with submission timelines.
Rental of one (1) 60 Ton Critical Chiller System
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental of one (1) 60-ton critical chiller system, with the rental period extending from September 16, 2025, to April 20, 2026, and an option to extend through May 18, 2026. Vendors are required to meet specific mechanical and electrical specifications, provide regular maintenance and support, and ensure compliance with a detailed Statement of Work (SOW) that includes various operational and safety standards. This procurement is crucial for maintaining effective cooling solutions for naval operations, reflecting the government's commitment to operational readiness. Proposals are due by April 15, 2025, and interested parties should submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil.
NAS Corpus Christi Splash Pad
Buyer not available
The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the construction of a new splash pad at Naval Air Station (NAS) Corpus Christi, Texas. The project involves demolishing the existing kiddie pool and installing a new splash pad within a designated 100’ x 200’ area, aimed at enhancing recreational facilities for military families stationed at the base. This initiative is funded through Non-Appropriated Funds (NAF) and has a budget cap of $1,547,641.75, with proposals due by April 30, 2025. Interested contractors should contact Alanna Young at alanna.g.young.naf@us.navy.mil or Nika Maldonado at nika.n.maldonado.naf@us.navy.mil for further details and to ensure compliance with submission guidelines and safety regulations.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing safety measures, with a focus on sustainable practices as outlined in the recently amended solicitation. This modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, and are encouraged to demonstrate small business participation of at least 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.