B564 INSTALL CWP EVAPORATOR
ID: ACQR6101754Type: Solicitation
AwardedSep 24, 2025
$690K$690,000
AwardeeBENAKA, INC. New Brunswick NJ 08901 USA
Award #:N4008521D0052
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
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, 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 construct a new mezzanine, install piping and electrical components, and perform demolition and startup procedures, with a completion timeline of 270 days. This initiative is part of the government's commitment to maintaining and upgrading military facilities, with an estimated contract value ranging from $500,000 to $1,000,000. Interested contractors must submit their proposals electronically by June 9, 2025, and are encouraged to contact Nicole Fellers or Shawn Drake for further information.

    Files
    Title
    Posted
    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.
    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.
    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.
    The document is an amalgamation of various federal and state government requests for proposals (RFPs) and grant applications. It focuses on the categories and procedures associated with obtaining funding for public projects, particularly emphasizing compliance and adherence to specific federal requirements. Key areas include environmental assessments, safety protocols, and comprehensive planning necessary for construction and renovation efforts. Notably, the document references the importance of addressing hazardous materials, regulatory compliance, and community safety while undertaking projects. Attention is drawn to critical areas such as infrastructure upgrades, waste management, and public health considerations—in essence, ensuring that projects not only meet legal standards but also safeguard the welfare of communities involved. Overall, this convergence signifies government efforts to streamline processes for securing financial aid and support for essential improvements, underscoring a commitment to safety, environmental stewardship, and effective public service.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    This document serves as an amendment to Solicitation ACQR6101754, detailing critical updates for contractors involved in the process. The anticipated start date for construction has been revised to within 90 days post-contract award, with the estimated award date now set for June 30, 2025. The proposal due date has also been extended to June 9, 2025. Additionally, the document updates the Wage Determination General Decision Number, ensuring compliance with current labor standards. The Contract Specialist, Nicole Fellers, and the Contracting Officer, Shawn Drake, are designated points of contact for further inquiries. The amendment requires acknowledgment of receipt to avoid offer rejection and stipulates that any changes to submitted offers must refer to this amendment. Overall, this document outlines essential modifications to the solicitation process, aimed at facilitating the timely and effective submission of proposals while ensuring contractor awareness of significant changes.
    The Naval Facilities Engineering Command Mid-Atlantic is soliciting proposals for an indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract (MACC) focusing on a specific task order to install a Controlled Pure Water (CPW) Evaporator at the Naval Submarine Base New London in Groton, CT. The proposed scope includes constructing a new mezzanine, stairs, and various essential systems such as piping and electrical components, adhering to cleanliness standards. The estimated construction cost ranges from $500,000 to $1,000,000, with a completion timeline of 270 days following the notice to proceed. Contractors bidding on this project must familiarize themselves with specific requirements, including labor wage determinations and several clauses related to contract performance and subcontracting. A mandatory site visit is scheduled, with strict identification and clearance protocols. Proposals are due electronically by June 9, 2025, and will be evaluated based on price, with awards granted to the lowest evaluated bids. Comprehensive guidelines for preparation, including required attachments and proposal formatting, are provided. This solicitation reflects the Navy’s commitment to maintaining facility infrastructures while promoting competitiveness and compliance in public contracting.
    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
    Similar Opportunities
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while maintaining power to the facility, with a completion deadline set for December 31, 2026. This procurement is a Total Small Business Set-Aside, with an estimated value between $1,000,000 and $5,000,000, and includes requirements for performance and payment bonds. Interested parties must submit bids by January 6, 2026, and can contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems that support nuclear-powered submarines and associated facilities, involving significant upgrades to power distribution, energy storage, and water infrastructure. This initiative is critical for ensuring the operational reliability and resiliency of essential military utilities. Proposals are due by February 10, 2026, with a mandatory site visit scheduled for December 16, 2025, requiring prior security clearance and proof of U.S. citizenship. Interested parties can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
    Temporary Dehumidification System w/ Inline Heaters
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters to be utilized at the New London Subbase in Groton, Connecticut. The procurement requires a dehumidification system that includes a 5,000 CFM electric reactivation Desiccant Climate Control Unit, two 60kW inline electric heating coils, and necessary supporting infrastructure, all designed to operate in outdoor conditions ranging from -10°F to 110°F. This system is crucial for providing dry and tempered process air for various industrial applications, ensuring compliance with specific standards and operational requirements. Proposals are due by December 17, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit detailed technical documentation along with pricing forms. For further inquiries, contact Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil or by phone at 207-994-0740.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Design Build – NAPS Looney Plaza Replacement, NAVAL STATION NEWPORT, NEWPORT, RI.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design and construction of the Looney Plaza Replacement at Naval Station Newport, Rhode Island. The project involves the demolition of the existing brick paver and quartz tile system and the installation of a new concrete plaza designed to eliminate trip hazards and provide a safe muster area for Naval Academy Preparatory School (NAPS) students, while adhering to Low Impact Development (LID) strategies for stormwater management. This opportunity is part of a Local Area Set-Aside and is reserved for qualified contractors under the Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the New London, CT/Newport, RI areas. Interested parties should contact Stefan Nassaney at stefan.nassaney@navy.mil or call 401-841-4443 for further details, with proposals due by December 18, 2025.
    Demolition and Construction of Drinking Water Well
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, is seeking sources for the demolition and construction of a drinking water well at the Pomonkey Facility in La Plata, Maryland. The project entails decommissioning an existing well, drilling a new well to a depth of 500-900 feet, and installing a pump with a capacity of 10 gallons per minute, along with necessary electrical connections and pressure tanks. This initiative is crucial for ensuring a reliable potable water supply, adhering to federal, state, and local regulations, including EPA and AWWA standards. Interested small businesses must submit their responses, including relevant experience and capabilities, by December 25, 2025, to Yina Brooks at yina.brooks.civ@us.navy.mil.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut, under Project No. 30134899. The project involves comprehensive renovations, including the replacement of flooring, seating, tables, wall wainscoting, and dividers, with an estimated contract value between $500,000 and $1,000,000. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting. Interested bidders must submit their proposals by January 6, 2026, at 2:00 PM, and are encouraged to attend a site visit on December 16, 2025, with RSVP required by December 15, 2025. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.