Generator Replacement at Water Wells
ID: N4008525R2508Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 replacement of generators at potable water wells located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of four existing generators and the installation of new units, with specific requirements for power capacities and necessary electrical modifications to ensure compliance with safety and security protocols. This initiative is crucial for maintaining reliable power for essential water services on the base, reflecting the government's commitment to infrastructure integrity in military facilities. Interested contractors must submit their proposals by November 12, 2024, following a scheduled site visit on October 21, 2024, and can contact Jessica Huebner or Lauren Loconto for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The federal request for proposals (RFP) 23-0007 outlines plans for replacing four generators at potable water wells located at Marine Corps Base Camp Lejeune, North Carolina. The scope of work requires the contractor to supply all necessary materials, labor, and supervision for the project. Key tasks include the demolition and disposal of the existing generators and associated electrical components, as well as the installation of new generators and conductors. The project specifies generator sizes and voltages for four buildings: Bldg. 585 (30KW, 277/480V), Bldg. 632 (25KW, 120/208V), Bldg. 704 (20KW, 120/208V), and Bldg. 709 (25KW, 120/208V). Additional modifications to existing infrastructures, such as concrete generator pads, may be required to accommodate the new installations. This initiative aims to ensure reliable power for essential water services on the base, demonstrating the government’s commitment to maintaining critical infrastructure in military facilities.
    The document is an amendment to the RFP N40085-25-R-2508, detailing updates for a scheduled site visit and proposal submission. A site visit is arranged for Monday, October 21, 2024, starting at Building 585 and subsequently visiting Buildings 632, 709, and 704. Additionally, the proposal submission deadline has been shifted to November 12, 2024, to account for the holiday on November 11. All other terms and conditions from the original Request for Proposals remain unchanged. This amendment serves to communicate adjustments in logistics for potential contractors engaging in federal procurement processes, ensuring that interested parties are informed of crucial schedule changes.
    The document details electrical equipment guidelines and safety compliance for the U.S. Marine Corps Base at Camp Lejeune, North Carolina. It includes a map of the location, electrical general notes, and a comprehensive list of abbreviations relevant to electrical terminology. Central to the document are specifications concerning electrical equipment labeling, including standards for voltage, amperage, and installation details. It emphasizes adhering to National Electrical Code (NEC) requirements for safety warnings, such as arc flash and shock hazard labels, and provides instructions for branding used equipment properly. The document serves as a reference for contractors involved in federal projects associated with the base, ensuring they understand the labeling requirements and safety precautions necessary during equipment installation and maintenance. This aligns with the context of government RFPs and grants, as it reflects compliance with federal safety standards and regulations to safeguard personnel and infrastructure. Overall, the guidelines promote safety and operational effectiveness, which are critical in government contracting and facilities management.
    The government document outlines the procurement and procedural details for a project titled "Generator Replacement at Potable Water Wells" at Marine Corps Base Camp Lejeune, North Carolina. The scope includes the removal of four existing generators and installation of new units at specific buildings, detailing specifications like power capacities and necessary electrical modifications. It emphasizes compliance with safety and security protocols, particularly concerning utility interruption notifications and potential impacts on existing infrastructure. The contractor is required to submit various preconstruction documents, including a baseline construction schedule and safety plans, while ensuring that personnel abide by installation regulations, including access control via the Defense Biometrics Identification System (DBIDS). Attention is placed on accurate and timely invoicing procedures and reporting requirements, along with extensive communication mandates for effective project management. Overall, this document serves to ensure the efficient replacement of generators while adhering to regulatory standards and maintaining operational safety in a federal military environment.
    The document outlines a government Request for Proposal (RFP) for the generator replacement at water wells at MCB Camp Lejeune, North Carolina, designated as Solicitation No. N40085-25-R-2508. It specifies that only selected contractors may submit bids and provides their contact information. The project aims to be completed within 270 days and has an estimated cost between $100,000 and $250,000. The contract is subject to Davis-Bacon wage regulations with specified wage rates for various job classifications. Proposals must be submitted by November 11, 2024, and will be evaluated based on the lowest price. A site visit is planned and RFIs must be submitted by October 28, 2024. The document includes the necessary bonding requirements based on the proposal value, along with a pricing sheet for different building line items that bidders must complete. The document emphasizes that funds may not be available for award, meaning no reimbursement will be provided to bidders if the project does not proceed. Overall, this solicitation reflects a structured approach to federal contracting, ensuring compliance with labor laws while promoting fair bidding practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AS211 Generator Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the AS211 Generator Replacement project at Marine Corps Air Station Camp Lejeune, North Carolina. This project involves the removal of an existing generator and the installation of a new generator, along with associated electrical components and infrastructure improvements to ensure reliable backup power for critical facilities. The contract is set aside for small businesses, with an estimated construction cost between $250,000 and $500,000, and proposals are due by November 6, 2024. Interested contractors should contact Kyle Vaughan at kyle.l.vaughan2.civ@navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details, and a site visit is scheduled for October 15, 2024.
    WC300 Grounds Renovations
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the WC300 Grounds Renovations project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive renovations of the grounds surrounding the Wallace Creek Barracks, including the removal of unmaintained landscaping features, debris clearing, leveling, and the installation of centipede sod, which must be maintained for 30 days post-installation. The contract is set aside for small businesses, with an estimated value between $100,000 and $250,000, and proposals are due by November 6, 2024, at 3:00 PM EST. Interested contractors should contact Angela Little or Lauren Loconto for further details and are encouraged to attend a site visit scheduled for October 9, 2024.
    Bldg 1005 and 1308 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs at Buildings 1005 and 1308 located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of existing roofing materials and installation of new roofing systems, adhering to strict safety and environmental protocols, with a total estimated cost between $1 million and $5 million. This procurement is part of ongoing infrastructure maintenance efforts, emphasizing compliance with federal standards and labor laws, including the Davis-Bacon Act. Proposals are due by November 12, 2024, with a site visit scheduled for October 22, 2024; interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    RR460 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the RR460 Roof Repairs project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive roof repairs, including the demolition of existing roofing materials and the installation of a new modified bitumen roofing system, while ensuring minimal disruption to ongoing operations and compliance with safety and structural standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 270 days post-award. Interested contractors must submit proposals by November 15, 2024, and are encouraged to contact Clifton Gaither or Lauren Loconto for further details regarding the project and mandatory site visit scheduled for October 21, 2024.
    7357795 Replace Chiller, Station, Building 1
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller at Building 1, Marine Corps Air Station Cherry Point, North Carolina, under project number 7357795. This project involves the demolition of the existing chiller and chilled water circulation pumps, installation of new air-cooled machinery, and modifications to the chilled water piping systems, all while maintaining building occupancy. The contract is set aside for specific pre-approved Mechanical MACC contractors, with a project completion timeline of 280 calendar days and an estimated cost range of $500,000 to $1,000,000. Proposals are due by November 6, 2024, and interested contractors must attend a mandatory site visit on October 16, 2024. For further inquiries, contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or call 252-466-5930.
    Landfill Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to provide landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The scope of work includes high-pressure water cleaning, grounds maintenance, dumpster refurbishment, cleaning of the brass collection area, maintenance of landfill scales, and heavy equipment services. This procurement is crucial for maintaining operational efficiency and environmental compliance at the landfill facilities. Interested vendors must submit a capability statement confirming their Small Business status by November 1, 2024, to the designated contracting officers, Benjamin A. Bryan and Regenia D. Guest, via email.
    B. Everett Jordan Dam Bypass Pumping
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for bypass pumping services at the B. Everett Jordan Dam in North Carolina, with the solicitation number W912PM24R0022. The primary objective is to maintain a minimum water flow of 40 cubic feet per second (CFS) during inspections and repairs of the dam's outlet works tower, scheduled for January to February 2025. This procurement is critical for ensuring the integrity of the dam infrastructure while adhering to environmental safety protocols and operational efficiency. Proposals must be submitted electronically by November 15, 2024, at 4:00 P.M. Eastern Time, with all inquiries directed to Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and installation of Generator Step-Up (GSU) transformers at the Wolf Creek Power Plant in Jamestown, Kentucky. The procurement involves a firm-fixed-price hybrid supply-construction contract for the design, manufacture, and delivery of three high-capacity power transformers, along with associated installation services, with an estimated contract value between $25 million and $100 million. This project is critical for enhancing the power distribution capabilities of the facility, ensuring reliable energy supply and operational efficiency. Interested contractors must submit their proposals electronically by December 4, 2024, and are encouraged to register for a mandatory site visit on October 9, 2024, to familiarize themselves with the project requirements. For further inquiries, contact Alison Abernathy at alison.t.abernathy@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.