NAS Corpus Christi Splash Pad
ID: NAVMWR-25-R-0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDER NAVY INSTALLATIONS CMDMILLINGTON, TN, 38055-6500, USA

NAICS

Fitness and Recreational Sports Centers (713940)

PSC

SOCIAL- RECREATIONAL (G003)
Timeline
    Description

    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 area, enhancing recreational facilities for military families stationed at the base. This initiative is funded through Non-Appropriated Funds (NAF) and aims to provide a safe and enjoyable environment for community morale, with a project budget capped at $1,547,641.75. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Alanna Young at alanna.g.young.naf@us.navy.mil or Nika Maldonado at nika.n.maldonado.naf@us.navy.mil for further information.

    Point(s) of Contact
    Alanna Young, Contracting Officer
    (901) 574-0848
    alanna.g.young.naf@us.navy.mil
    Nika Maldonado, Contract Specialist
    (901) 930-7728
    nika.n.maldonado.naf@us.navy.mil
    Files
    Title
    Posted
    This document serves as an amendment to the solicitation for the Corpus Christi Splash Pad project at NAS Corpus Christi, TX. It details the acknowledgment process for the amendment, indicating that offers must be submitted before the specified deadline through various methods, including a separate letter or electronic communication. The amendment includes administrative changes such as correcting the contact telephone number and announcing a pre-proposal conference to be held electronically on March 27, 2025. This meeting will be conducted via Microsoft Teams with access details provided. The amendment reinforces that all other terms and conditions remain in effect. The purpose of this document is to ensure clarity and provide updated information to contractors regarding the submission process for bids related to this project while following federal procurement guidelines.
    This document pertains to Amendment 0002 of the Request for Proposals (RFP) for the Corpus Christi Splash Pad project at NAS Corpus Christi, TX. The amendment stipulates that proposals are now due by April 30, 2025, and outlines important communication protocols regarding amendment acknowledgments and proposal submissions. It provides responses to several Requests for Information (RFIs) regarding site plans, bid requirements, electronic submissions, and project specifications. Key personnel must meet experience qualifications, and safety regulations are emphasized. The project will not use appropriated funds; instead, it will be financed by Non-Appropriated Funds (NAF), generated through Morale, Welfare, and Recreation (MWR) facilities. A pre-proposal conference was held, where various stakeholders, including the Contracting Officer and Project Manager, introduced their roles and responsibilities. The proposal must adhere to strict submission guidelines, including the acknowledgment of amendments and compliance with RFP requirements. Finally, the evaluation factors for the contract award focus on design solutions, project execution, and experience, with a balanced consideration of price and technical criteria. This amendment is crucial for stakeholders to align on updated project timelines and submission expectations.
    The document is an amendment to a solicitation for the construction of a splash pad at NAS Corpus Christi, Texas, specified under the solicitation number NAVMWR-25-R-0008. It outlines the protocols for contractors to acknowledge receipt of the amendment and provides essential clarifications regarding project design and execution parameters. Key points include restrictions on expanding the splash pad beyond the existing kiddie pool boundary, the necessity of maintaining four-color designs despite cost concerns, and the importance of avoiding areas containing asbestos to prevent project delays. Additionally, the document highlights that contractors must seek alternatives to the existing pump and storage room due to potential asbestos exposure. Overall, this amendment serves as a critical update for bidders, emphasizing design constraints, safety considerations, and communication requirements crucial for processing proposals effectively. Compliance with these guidelines ensures a smooth continuation of the project timeline and adheres to safety standards.
    This government file is an amendment to a solicitation for the "Corpus Christi Splash Pad" project at NAS Corpus Christi, TX. It outlines the procedures for acknowledging receipt of the amendment, specifying that offers must be acknowledged by a certain deadline to avoid rejection. The document defines changes and clarifications regarding project requirements, such as the removal of wooden pavilions, fence specifications, and the management of the filtration system. Key personnel experience requirements are clarified, with specifications for roles such as the Chief of Contractor Quality Control and onsite Superintendents. Additionally, the amendment extends the proposal submission date to April 30, 2025, and facilitates communication protocols for electronic submissions. It addresses inquiries from potential contractors regarding permitting, project responsibilities, and reporting requirements, particularly concerning the Dun & Bradstreet report and competition status. This document serves to ensure all parties are updated on critical amendments while reinforcing compliance with federal contracting protocols.
    The document outlines Amendment 0006 for the solicitation regarding the Corpus Christi Splash Pad project at NAS Corpus Christi, TX. It details submission protocols, stating that offers must acknowledge the amendment receipt before the designated deadline to avoid rejection. Clarifications provided within the amendment address various queries from potential contractors, including work hour extensions, specifications for plumbing features, and compliance with Texas licensing and health regulations. Key discussions revolve around work hours, plumbing designs for more than 20 water features, utility specifications, excavation requirements, and safety compliance measures. It also confirms that shade structures must be made of metal and that necessary health inspections will be conducted. Overall, this amendment serves to clarify project requirements, ensuring that contractors have all the necessary information to submit compliant offers, highlighting the importance of adherence to local regulations and health standards during project execution.
    The document outlines a Request for Proposal (RFP) for the design and construction of a new splash pad at Naval Air Station Corpus Christi, Texas. This contract falls under the Non-Appropriated Fund Instrumentality (NAFI) and emphasizes the provision of a child-friendly recreational facility to enhance community morale. The project budget is capped at $1,547,641.75, and all proposals exceeding this amount will not be considered. Key stipulations include a comprehensive scope of work detailing demolition of the existing kiddie pool, installation of new water features, and compliance with state and federal regulations. The contractor is responsible for obtaining necessary permits and adhering to strict inspection and acceptance protocols throughout construction. Performance will be monitored, with evaluations based on quality control and timely execution. Should delays occur, liquidated damages of $100 per day will apply. The document emphasizes contractor obligations related to safety, environment, and site management, including effective stormwater management and proper waste disposal practices. Additionally, all designs and constructions must meet the applicable building codes and standards, ensuring safety and durability of the facility for at least 20 years. This RFP serves to solicit qualified contractors capable of delivering a high-quality recreational service for military families.
    This document is an amendment to a solicitation involving a contract modification, specifically for the Corpus Christi Splash Pad project (NAVMWR-25-R-0008) at NAS Corpus Christi, TX. It specifies that offers must acknowledge receipt of the amendment by a certain deadline to prevent rejection of their proposal. Several methods of acknowledgment are provided, including completing specific items and returning the document, or through electronic communication that references the solicitation and amendment numbers. It also details how existing offers can be changed if necessary. The document states that the primary project due date is 30 April 2025 and notes that the solicitation's terms remain unchanged except for the specific modifications outlined within the amendment. The amendment adheres to federal regulations concerning governmental contracting and is administered by the CNIC Facilities and Construction Contracting office, with designated personnel for contact. Overall, the amendment serves to ensure clarity and compliance for potential contractors in relation to the ongoing procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NAS KINGSVILLE RUNWAY 35L-17L RUBBER REMOVAL AND PARKING APRON STRIPING
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for the rubber removal and parking apron striping at Naval Air Station Kingsville, Texas. This procurement specifically requires the removal of rubber buildup from Runway 35L-17L and the application of striping on the parking apron, which is crucial for maintaining operational safety and efficiency at the air station. Notably, the Cybersecurity Maturity Model Certification (CMMC) requirement has been revised, with the project now classified as CMMC Not Applicable, easing compliance for offerors. Interested parties can reach out to Cyndi Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or by phone at 361-961-5219 for further details.
    Wastewater & Water Treatment Plant Chemicals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southeast, is seeking contractors to provide chemicals for operational support at the domestic wastewater treatment plant and potable drinking water treatment facility located at Naval Air Station Corpus Christi, Texas. This procurement aims to ensure the effective treatment and management of wastewater and drinking water, which are critical for maintaining operational readiness and environmental compliance at the facility. Interested vendors can reach out to Kimberly Drymala at kimberly.y.drymala.civ@us.army.mil or by phone at 361-961-5219, or to LCDR Dylan Bush at dylan.l.bush.mil@us.navy.mil or 361-961-2156 for further details regarding the contract requirements and submission process.
    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.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    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.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.