PI2045M Parris Island 3rd Battalion Pond Causeway Repair
ID: N4008525R2513Type: Presolicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, the construction of new channels to replace existing culverts, and adherence to environmental regulations, with an estimated construction cost between $10 million and $25 million. The initiative is crucial for maintaining infrastructure integrity and operational readiness while ensuring compliance with environmental safety standards. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.

    Files
    Title
    Posted
    The South Carolina Department of Environmental Services has issued an approved stormwater permitting document for a construction project, designated as SCR10ZG32. The permit is specifically for construction activities and is signed by George Cox on September 24, 2024. It signifies that the necessary environmental assessments have been completed, and the permit allows the project to proceed while ensuring compliance with local and federal stormwater management regulations. This document reflects a crucial step in the permitting process, ensuring that construction activities adhere to environmental standards and protect water quality, demonstrating the government's role in regulating development projects to mitigate environmental impacts.
    The Construction Work Plan (CWP) for the 3rd Battalion Pond Causeway Repair project at Marine Corps Recruit Depot Parris Island aims to address structural issues and environmental concerns at a Superfund site. The plan outlines the steps for repairing culverts and the roadway, emphasizing adherence to safety and regulatory standards established by the EPA and SCDHEC. Key aspects include the installation of erosion controls, soil stabilization, the removal of existing culverts, and the introduction of new open-channel designs to prevent future erosion and address seepage issues. The project also involves relocating utilities during construction and maintaining a two-foot cover over the landfill materials. Personnel details and management structures, including roles for project oversight, safety, and quality control, are specified. Permits are to be obtained for various construction activities aligned with environmental regulations. The CWP serves as a critical document to ensure the protection of human health and the environment while restoring the causeway to its functional state, furthering the Navy's commitment to responsible environmental stewardship and infrastructure improvement.
    The geophysical investigation conducted by Pyramid Geophysical Services at the 3rd Battalion Causeway, Marine Corps Recruitment Depot, Parris Island, South Carolina, aimed to assess the site for subsurface hazards and conditions, particularly due to historical landfill operations (1960-1972) that had caused slope failures and sinkholes. The study utilized various geophysical methods, including electromagnetic (EM) ground conductivity, metal detection (EM61), ground penetrating radar (GPR), and electrical resistivity tomography (ERT), over 15 acres of the causeway. Key findings indicated significant voids and soil instability, especially near the north and south culverts. Anomalies were identified showing potential collapsing soils and water flow issues, posing risks for infrastructure integrity. The EM surveys delineated areas of probable landfill materials and metal debris, while GPR corroborated these results without finding substantial structural shapes. The report concluded with recommendations for further borings to verify geophysical interpretations and suggested that existing conditions do not indicate major organic material deposits that could impact structural stability. This comprehensive report guides necessary remediation and repair strategies to stabilize the causeway and ensure safety.
    The document details the completion report for the sinkhole repairs at the 3rd Battalion Pond Causeway, Marine Corps Recruit Depot (MCRD) Parris Island, SC, coordinated by Tetra Tech EC, Inc. The repairs were necessitated by newly discovered sinkholes that prompted the closure of a critical access road. Following a geophysical survey identifying issues, Tetra Tech undertook various field activities from March 2019, including mobilization, injection of structural polyurethane foam for stabilization, site preparation, waste management, and restoration. Health and safety protocols were strictly adhered to, ensuring a safe work environment with no incidents reported during the project. The project highlighted the use of advanced materials for soil stabilization and precise injection techniques to address subsurface voids effectively. The summary includes comprehensive details about the injection process, including material quantities and the configuration of injection grids. The completion report serves as documentation of field activities and underscores the importance of environmental safety and precise engineering in addressing infrastructural issues at a federal facility. This initiative aligns with government objectives of maintaining operational readiness and safety at military installations.
    The document pertains to the repair project of the 3rd Battalion Pond Causeway at MCRD Parris Island, SC, with a final design submittal scheduled for July 2024. It references the Interim Remedial Action Work Plan and Corrective Action Report concerning Solid Waste Management Unit 3 (SWMU 3) at the causeway landfill, originally dated August 1, 2000, and June 1, 2002, respectively. The inclusion of these reports suggests a comprehensive framework for addressing potential environmental impacts and remediation measures related to solid waste management in the area. The ongoing efforts highlight the government's commitment to maintaining infrastructure while prioritizing environmental safety and compliance with federal standards. Overall, this project represents a crucial step in mitigating risks associated with historical waste management practices while enhancing the operational readiness of the facility.
    The document outlines the final design submittal for the repair of the 3rd Battalion Pond Causeway at Marine Corps Recruit Depot (MCRD) Parris Island, SC, under the Naval Facilities Engineering Command. The project entails replacing existing culvert systems with concrete bridges and repairing the causeway using full-depth reclamation and cement stabilization methods. The report emphasizes adherence to environmental regulations due to the area’s historical significance under resources like RCRA and CERCLA, ensuring ground disturbances are managed safely in compliance with EPA and state guidelines. The document is structured into sections detailing general requirements, work restrictions, price and payment procedures, and various project divisions such as existing conditions and concrete work. It includes specifications for contractor responsibilities, safety requirements, project scheduling, and submission processes for approvals. The emphasis on quality control and compliance underscores the government's commitment to managing infrastructure projects within regulated environments, highlighting the importance of rigorous oversight in federal contracting processes aimed at ensuring successful project execution.
    The document pertains to the Pre-Proposal Inquiry Submission Form for RFP N4008524R2531 concerning the P226 Maintenance Facility and MAG HQ located at Marine Corps Air Station Cherry Point, North Carolina. It serves as a framework for potential bidders to ask questions and seek clarifications about the proposal requirements. The form outlines sections where applicants can specify their inquiries along with the relevant references to the proposal details, encouraging meaningful engagement and ensuring that all elements of the RFP are comprehensively understood. The inquiry process is critical for promoting transparency and fairness in the bidding process for federal projects, allowing contractors to address uncertainties prior to submitting formal proposals. Thus, the document plays a significant role in facilitating effective communication between the contracting agency and prospective offerors, ultimately supporting the successful execution of the infrastructure project at MCAS Cherry Point.
    The Vendor Registration Guide for the Procurement Integrated Enterprise Environment (PIEE) focuses on assisting vendors in registering for the PIEE Solicitation Module used by the Department of Defense (DoD). It outlines two key vendor roles: Proposal Manager and Proposal View Only, with specific functions related to the submission and viewing of offers. The guide provides detailed, step-by-step instructions for new users to set up an account and for existing users to add additional roles. Assistance options include account support from an Account Administrator, as well as technical support through designated contact channels. Additionally, the document features a Roles and Actions/Functions Matrix, clarifying the capabilities associated with each vendor role, emphasizing the structured process of engaging with government solicitations effectively. This comprehensive guide aims to streamline vendor participation in the DoD procurement process, promoting a secure and automated environment for contract opportunities.
    The document details the PRICE SCHEDULE for a construction project aimed at repairing the 3rd Battalion Pond Causeway at MCRD Parris Island, SC. It outlines various line items where bidders must provide unit and total prices for specific work components tied to the project, including base prices, sub-totals, and optional allowances for temporary relocation of utilities and handling hazardous materials. The bid requirements specify that pricing includes coordination, design, materials, and labor while adhering to environmental regulations regarding waste disposal. Each line item specifies quantities required, such as excavation and disposal of contaminated materials and monitoring of water quality. Notably, the document emphasizes that awarded contracts consider both base and option prices, with detailed criteria for bidding and potential adjustments based on actual quantities used. It requires bidders to submit accurate pricing; failure to do so may result in rejection. This structured approach aims to ensure transparency and accountability in the bidding process for federal contracting projects. Ultimately, it serves the purpose of facilitating a competitive, compliant, and effective procurement process in alignment with government contracting regulations.
    The document outlines a Construction Experience Project Data Sheet intended for bidders on federal and state/local Requests for Proposals (RFPs). It serves as a form for contractors to document their construction experiences, which is crucial for assessing qualifications and capability for prospective projects. Key sections cover the contractor's firm name, contact details, project specifics, work performed (as prime contractor, subcontractor, or joint venture), type of construction (new, renovation, or repair), contract details, award dates, and completion dates. Additionally, it requires descriptions of project relevance, self-performed tasks, and any sustainable features or certifications. The overall purpose of the document emphasizes the importance of detailed and specific answers to establish credibility and experience in construction projects, aligning with RFP requirements to ensure qualified bidders can deliver the intended scope of work effectively. This structured approach aids evaluators in comparing bidders based on their previous work and expertise in similar projects.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) serves as a tool for evaluating contractor performance in federal contracts. Contractors must fill in essential information such as their firm name, contact details, project role, contract specifics, and project relevance. Clients are responsible for evaluating the contractor’s performance across various criteria, including quality of work, timeliness, customer satisfaction, management capabilities, cost management, safety compliance, and overall effectiveness. The evaluation utilizes a standardized rating system ranging from Exceptional (E) to Unsatisfactory (U) to reflect the contractor's performance. Specific sections require client assessment of the contractor's ability to meet requirements and manage resources, along with a summary of the contractor's strengths and any noted deficiencies. The completed questionnaire should be submitted back to the offeror, who then includes it as part of their proposal to NAVFAC. This process highlights the importance of past performance in the procurement process for government projects, ensuring accountability and efficiency in contracting.
    Attachment D outlines the requirements for documenting historical small business utilization as part of the evaluation process for federal RFPs. All offerors, regardless of size, must fill out the form to detail their small business subcontracting achievements across multiple projects submitted under corporate experience. The form captures project particulars, including project numbers, titles, business sizes, and subcontracting values across various categories (e.g., small disadvantaged, women-owned, veteran-owned businesses). Key sections include actual versus goal performance for small business utilization, with necessary explanations provided for unmet goals or instances of zero subcontracting achievements. Definitions for crucial terms, such as Total Project Dollar Value and Total Subcontracted Value, aid in ensuring clarity. The form emphasizes the importance of meeting goals for engagement of small business concerns in federal contract work, reflecting the government's commitment to fostering small business participation. Overall, this document aids in monitoring and evaluating contractors' adherence to small business utilization requirements within federal contracting practices.
    The Small Business Participation Commitment Document (SBPCD) is a mandatory form required for all offerors responding to RFP N40085-24-R-2531. It evaluates the commitment of both large and small businesses to subcontract with small businesses (SB) and outlines the minimum participation requirement of at least 20%. The document instructs offerors to classify themselves based on the North American Industry Classification System (NAICS) and to identify their socioeconomic statuses, if applicable. Key sections of the SBPCD include an overview of financial allocations, such as the total contract value, the amount self-performed by the prime contractor, and the total subcontracting figure. A detailed participation table must also be filled out to document the dollar value and percentage for various categories of small businesses. If the 20% minimum is not met, offerors must provide an explanation. Additionally, the document requests information on firm commitments with subcontractors and outlines the nature of these commitments. For large businesses, explanations regarding the lack of subcontracting intentions are required. The SBPCD plays a crucial role in promoting small business utilization within federal procurement processes, ensuring that federal contracts support economic development among small enterprises.
    The Small Business Subcontracting Plan outlines requirements for large businesses submitting bids for federal contracts, supporting compliance with FAR 19.704 and FAR clause 52.219-9. The plan necessitates detailed goals for subcontracting, including total contract and subcontract values, and establishes specific targets for various small business categories such as Small Business, Women-Owned, and Service-Disabled Veteran-Owned businesses. It emphasizes the prime contractor's responsibility to create outreach strategies, ensure equitable opportunities for small businesses, and maintain accurate records of subcontracting activities. The plan stipulates the appointment of a dedicated individual to manage the program and mandates periodic reporting to demonstrate compliance and performance against established goals. Approval and acceptance of the plan involve reviews by Small Business Professionals and Contracting Officers, ensuring adherence to relevant federal regulations. Ultimately, this document aims to facilitate small business participation in government contracting, fostering economic growth and diversity within the industry.
    The solicitation N4008525R2513 seeks proposals for the design-bid-build project to repair the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, SC. The project entails roadway rehabilitation and the construction of new channels to replace existing culverts, emphasizing sustainability through a 25-year pavement lifespan while requiring resurfacing every ten years. The procurement process is classified as unrestricted for full and open competition, with an estimated construction cost between $10 million and $25 million. Proposals will be evaluated based on price and multiple non-cost factors, including corporate experience, management approach, safety records, past performance, and small business utilization. All submissions must adhere strictly to specified guidelines, including a detailed safety narrative and compliance with small business participation goals. A pre-proposal site visit is scheduled for March 4, 2025, with bid submissions due by April 14, 2025. The government retains the right to negotiate with offerors while aiming to select the proposal offering the best value. Overall, this RFP underscores the government's commitment to robust infrastructure while promoting safety and small business engagement.
    Similar Opportunities
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, requiring completion within 730 days post-award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and the Davis-Bacon Act, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Repair Infiltration Problem In Lift Station, B3862
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the repair of an infiltration problem at Lift Station B3862 located at Marine Corps Air Station Cherry Point, North Carolina. The project aims to address a specific leak using hydrophobic polyurethane grout to seal a concrete joint, with an estimated cost range of $25,000 to $100,000 and a completion deadline of 90 days post-award. This initiative is crucial for maintaining the operational integrity of military infrastructure and ensuring compliance with federal wage determinations and safety regulations. Interested contractors must submit their proposals by March 5, 2025, and can contact Joanna Miller at joanna.d.miller2.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
    Repair Stormwater Manhole Behind B1665
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of a stormwater manhole located behind Building B1665 at Marine Corps Air Station Cherry Point, North Carolina. The project involves the removal and replacement of a concrete slab, excavation of the existing manhole, and installation of necessary components, all in compliance with updated specifications and safety regulations. This repair is critical for maintaining the operational integrity of the military installation and ensuring effective stormwater management. Interested contractors must submit their proposals by March 6, 2025, and are required to acknowledge Amendment 0001, which clarifies project specifications and compliance standards. For further inquiries, potential bidders can contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
    MOTSU 25-001 Berm Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
    Y--P398 Range Improvements and Modernization Marine Corps Recruit Depot, Parris Island, South Carolina
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking construction services for range safety improvements and modification at MCRD Parris Island, South Carolina. The project involves demolishing the existing firing range and constructing a new one, including new impact berm, target berm and butt, side safety berm, paved firing lines, roads, irrigation system, signage, and other facilities. The new facilities will include a Butts Control Building, Target Storage Buildings, small Heads, and a large Male and Female Head. Additional site improvements include a parking lot, access roads, water and sewer systems, storm water management, and power and communications distribution systems. The project also includes allowances for ordinance scanning and potential ordinance removals.
    N40080-23-R-0022 ACQR: 6070919 - P2203, Quarters 6 Whole House Revitalization, Marine Barracks, Washington, D.C.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the revitalization of Quarters 6 at the Marine Barracks in Washington, D.C., under solicitation number N40080-23-R-0022. This $750 million project aims to modernize and restore the historic building, which serves as the residence of the Commandant of the U.S. Marine Corps, while ensuring compliance with safety and regulatory standards. Contractors must adhere to strict guidelines for submission, including detailed proposals addressing experience and project-specific strategies, with a completion timeline of 490 days post-award. Interested parties should submit their proposals by February 27, 2025, and can direct inquiries to Lindsay M. Brown at lindsay.m.brown14.civ@us.navy.mil or Elle Al-Ajmi at elleana.a.al-ajmi.civ@us.navy.mil.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This federal contract, designated for Historically Underutilized Business (HUBZone) participation, involves significant construction work estimated between $5 million and $10 million, with a project timeline commencing on September 1, 2025, and concluding by September 3, 2026, followed by a 30-day closeout period. The project is critical for maintaining operational readiness and safety at the base, requiring compliance with federal wage standards and safety regulations throughout the construction process. Interested contractors should contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further details, and must submit their proposals in accordance with the solicitation requirements by the specified deadlines.
    James Island Restoration Phase I
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking expressions of interest from qualified contractors for the James Island Restoration – Phase 1 project located in Dorchester County, Maryland. This project involves significant construction activities, including the construction of dikes, dredging and stockpiling sand, installing a steel bulkhead, and building spillway structures, with estimated costs ranging from $250 million to $500 million and a project duration of approximately 1,095 days. The procurement emphasizes the engagement of small businesses, particularly those classified under various socioeconomic categories, and requires contractors to demonstrate relevant experience and capabilities. Interested firms must submit their qualifications by March 21, 2025, to Aisha Boykin at USACE, as this notice serves as a preliminary inquiry and is not a request for proposals or bids.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command (NAVFACSYSCOM) Washington, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and ensuring compliance with Department of Defense standards. Interested contractors, specifically those on the list of MACC holders, must submit their electronic proposals by February 25, 2025, and can direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.
    Repair Brick Facade Cracks, Building 4298
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the repair of brick façade cracks at Building 4298, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves installing expansion joints and matching repairs to existing masonry, with an estimated contract value of less than $25,000 and a completion timeline of 75 days post-award. This maintenance work is crucial for ensuring the structural integrity of the facility while minimizing disruption to ongoing operations, particularly fueling activities. Proposals are due by 12:00 PM EST on March 4, 2025, and interested contractors should direct inquiries to Josef Vallone or Ericka J. Bishop via the provided contact information.