N40085-25-R-0006, Design-Build (DB), REPLACE SANITARY SEWER LINES PIER 12 AND PIER 14, Naval Station Norfolk, Norfolk, Virginia
ID: N4008525R0006Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build project to replace sanitary sewer lines at Piers 12 and 14 of Naval Station Norfolk in Virginia. This project requires compliance with specific design requirements, including a maximum pressure of 150 psi for the under-pier sanitary sewer system, and adherence to UFC 4-150-02 guidelines. The work is critical for maintaining the infrastructure and environmental standards at the naval station, ensuring efficient waste management and operational readiness. Proposals are due by September 2, 2025, at 2:00 PM EDT, and interested parties must contact Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil or call 757-341-1283 for further information. Note that this solicitation is restricted to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Large General Construction Projects in the Hampton Roads Area.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to solicitation N40085-25-R-0006 for the Design-Build project to replace sanitary sewer lines at Naval Station Norfolk corrects the proposal due date from Wednesday, September 2, 2025, to Tuesday, September 2, 2025, at 2:00 PM EDT. It also provides the site visit meeting location at the 5T Basin on the corner of Decatur Avenue, Naval Station Norfolk, and includes Attachment H – 5T_map. Attendees must bring a REAL ID or other accepted identification for base access and life safety jackets for the boat-based site visit.
    Amendment 0002 for Solicitation N40085-25-R-0006, concerning the Design-Build (DB) project to replace sanitary sewer lines at Piers 12 and 14, Naval Station Norfolk, Virginia, has been issued. This amendment incorporates a continuation sheet for contract specifications and provides responses to pre-proposal inquiries. Key changes include modifying the description of HDPE pipe requirements, specifically changing "inside diameter (ID)" to "Nominal Pipe Size (NPS)," and adjusting the required pressure rating for sanitary sewer piping from 250 psi to 150 psi. Responses to pre-proposal inquiries clarify that ductile iron is not permitted under the piers, confirm the design pressure as 150 psi, and state that no extension to the proposal due date (September 2, 2025, at 2:00 PM EDT) will be granted due to end-of-year constraints. Photos are permitted during site visits, provided they do not include ships or operations. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to solicitation N40085-25-R-0006 for the Design-Build (DB) replacement of sanitary sewer lines at Piers 12 and 14, Naval Station Norfolk, incorporates several key updates. It provides revised Price Solicitation Submittal Requirements, including detailed instructions for cover page content, acknowledgment of amendments, submission of the Price Proposal Form, Representation and Certifications, proof of SAM registration, VETS-4212 confirmation, and Bid Guarantee requirements. The amendment also includes a Continuation Sheet for Contract Specifications, modifying administrative requirements for Post Award Kickoff (PAK) Meetings and clarifying government responsibilities for flow control in the Pier 12 bypass system. Responses to Pre-Proposal Inquiries address various questions regarding system design capacity, bypass line access, utility trenches, site visits, and wage scales. Additionally, Government Data Diver Videos will be provided via DODSAFE, and an Attachment I—Site Visit Log is included. The proposal due date remains September 2, 2025, at 2:00 PM EDT, with no extensions granted.
    Amendment 0004 to Solicitation N40085-25-R-0006 for the Design-Build project to replace sanitary sewer lines at Naval Station Norfolk, Pier 12 and Pier 14, incorporates significant updates and addresses pre-proposal inquiries. Key changes include revisions to design requirements for the under-pier sanitary sewer system, specifying a maximum pressure of 150 psi and adherence to UFC 4-150-02 guidelines. The amendment also clarifies site analysis details, such as the availability of video footage for Pier 12 inspections and record drawings. Important modifications concern work restrictions, disallowing drone use for bidding purposes, and updating references for design submittal procedures. The schedule now allows for four lost workdays for every two months due to access restrictions, an increase from the previous allowance. Additionally, the amendment provides comprehensive responses to 38 pre-proposal inquiries, covering aspects like system design, availability of drawings, contaminated groundwater and soil disposal, and clarification on pricing for work shutdowns. The proposal due date remains September 2, 2025, at 2:00 PM EDT, with no extensions granted.
    This document serves as Amendment 0001 to solicitation N40085-25-R-0006, concerning the design-build project for replacing sanitary sewer lines at Naval Station Norfolk, Virginia. Key updates include a correction to the proposal due date, changing it from September 2, 2025, to September 2, 2025, at 2:00 PM EDT. The amendment also specifies the site visit meeting location, which will be outside the 5T Basin at Naval Station Norfolk, with the visit conducted via boat; attendees are required to wear life safety jackets, which will not be provided by the government. Access to the installation necessitates a REAL ID or acceptable forms of identification, such as a U.S. passport or military ID. The information outlined in this amendment is crucial for contractors wishing to participate in the bidding process, ensuring compliance with submission protocols and safety regulations. Overall, this amendment clarifies logistical details, reinforcing the importance of adherence to deadlines and safety requirements for site access.
    The document appears to be part of a government file, potentially an RFP or grant application, identifying the "SURVEY VESSEL STARKE" and its location at "5T BASIN PIER 6 PIER 5 Boathouse." The scattered words and phrases suggest a logistical or asset management context, focusing on the vessel's designation and its specific docking or storage points. The presence of alphanumeric codes and seemingly disconnected terms might indicate an internal government document or a fragmented record related to federal or state operations. The core purpose is to pinpoint the location of the vessel "STARKE" within a specific marine or port area.
    The document pertains to a government Request for Proposals (RFP) related to the Survey Vessel Starke, specifically located at the 5T Basin near Pier 6 and Pier 5. While the file’s content is obscured and does not provide explicit details, its primary focus appears to involve the operational or logistical aspects of the vessel within this location. The context suggests it may be part of initiatives under federal or state grants aimed at improving marine surveying capabilities or resources. The document is likely structured to elicit bids from contractors or service providers interested in participating in the project, emphasizing the need for compliance with governmental standards and local operational guidelines. Emphasis on coordination among different entities and adherence to safety and regulatory frameworks may also play a role in the document's intent, which aligns with common practices in government contracting.
    The document is a "Sources Sought – Contractor Information Form" designed for contractors to submit basic information necessary for federal government RFPs (Request for Proposals) and related initiatives. It requires contractors to provide their general information, including the Unique Entity Identifier (UEI), CAGE Code, firm name, and contact details of a point of contact (POC). Additionally, contractors must identify their business type, selecting from various options such as Large Business, Small Business, and various SBA- certified categories. The form also requests information regarding the contractor's bonding capacity, including the surety name and the maximum bonding amounts per project. There is a designated space for any additional clarifications. This standardized format allows the government to efficiently gather relevant contractor information for potential engagements, ensuring compliance with federal requirements while also streamlining the procurement process. The focus is on ensuring that contractors meet specific qualifications for participation in government contracts, reinforcing the importance of transparency and qualifications in federal contracting efforts.
    The "Sources Sought – Project Information Form" is a standardized document used in federal and state RFPs to gather information on contractors' project experience relevant to specific government solicitations. Contractors are required to submit details about up to five projects, including key information such as the contractor's name, project number, contract details, completion percentages, project type (e.g., new construction or renovation), and customer contact information. The form also specifies the contractor's role (prime or subcontractor), contract type (e.g., design-build or design-bid-build), and the percentage of work self-performed, requiring contractors to provide project descriptions and additional supporting information. The structure is designed to ensure clarity and comprehensive data submission, enabling government agencies to evaluate a contractor's qualifications and relevant experience effectively. This form is pivotal for demonstrating a contractor's capabilities in responding to federal and state funding opportunities and contract solicitations.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic is issuing a Sources Sought Notice to identify small businesses capable of providing Design-Build services for the replacement of sanitary sewer lines at Piers 12 and 14, Naval Station Norfolk, Virginia. This notice is part of market research, not a solicitation, and aims to assess potential contractors, particularly those designated as service-disabled veteran-owned, HUBZone, and women-owned small businesses. The project involves significant demolition and construction work, with an estimated cost between $25 million and $100 million, set for contract award by September 2025. Interested firms should submit details of relevant construction experience, specifying success in similar projects that demonstrate both complexity and scope, alongside their firm's small business status. Responses are due by June 24, 2025, and must include specific forms to be considered. The information collected will help the Government decide if the project will be set aside for small businesses or open to full competition. The notice stipulates that while responses will be kept confidential, the Government is not obligated to solicit further or provide debriefs on the acquisition process.
    Similar Opportunities
    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.
    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.
    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.
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 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.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is preparing to solicit proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity Norfolk, Virginia. This project aims to construct a permanent modular facility that will provide essential administration and operational spaces for NATO JFCNF, including site preparations, utility tie-ins, and various construction services. The contract, valued between $100 million and $250 million, is expected to be awarded by April 2026, with a completion timeline of 730 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    NSA Portsmouth Building 260 Replace Steam Line Column
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the replacement of the steam line column at NSA Portsmouth Building 260. This project falls under the NAICS code 237110, focusing on water and sewer line and related structures construction, and is categorized as a Total Small Business Set-Aside, encouraging participation from small businesses. The successful contractor will be responsible for the repair or alteration of utilities, which is critical for maintaining operational efficiency at the facility. Interested parties should log in to https://piee.eb.mil and search for 'N4008525R0082' for further details, and can reach out to Emily Grisson at emily.a.grissom.civ@us.navy.mil or Michele Friedlein at michele.m.friedlein.civ@us.navy.mil for inquiries.