Rehabilitation of Wells 585 & 606
ID: N4008525R2664Type: Combined Synopsis/Solicitation
AwardedMay 12, 2025
$444.3K$444,311
AwardeeNORTH STATE MECHANICAL INC Jacksonville NC 28540 USA
Award #:N4008520D0077
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

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, specifically the Department of the Navy through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the rehabilitation of Wells 585 and 606 at MCB Camp Lejeune, North Carolina. The project involves installing new submersible pumps, stainless-steel piping, and various associated components, with strict adherence to environmental, health, and safety regulations, as well as compliance with the Buy American Act. This initiative is crucial for ensuring the operational integrity of water supply systems at the military base, with an estimated contract value between $250,000 and $500,000 and a completion timeframe of 360 days post-award. Interested small business contractors must submit their proposals by May 1, 2025, and can direct inquiries to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The project aims to rehabilitate two raw water wells, 585 and 606, at MCB Camp Lejeune to bring them back into service. Key tasks include installing new submersible pumps and stainless-steel piping, creating gravel packs and sealing them with grout, and installing various control valves and metering equipment. Additional responsibilities involve the demolition and replacement of existing door frames and ensuring all new equipment connects to the power supply and SCADA system. Contractors must locate all underground utilities before commencing work, protect them during construction, and coordinate with relevant parties. Environmental considerations include providing periodic progress updates to environmental contacts and ensuring all materials used for water potentially for human consumption comply with the Lead Reduction in Drinking Water Act. Adherence to safety, health, and environmental policies is mandatory throughout the project, along with site cleanliness and proper sod placement upon completion. This document serves as a comprehensive scope of work for contractors responding to the RFP to rehabilitate critical water infrastructure at the Marine Corps Base.
    The document is an amendment to a Request for Proposal (RFP), specifically N40085-25-R-2664, indicating a scheduled site visit for prospective bidders. The visit is set for April 10, 2025, at 9:30 AM, starting at a designated well location. Importantly, it notes that all other terms and conditions of the RFP remain unchanged. This amendment serves to inform participants of key logistical details necessary for their proposal submissions, emphasizing coordination for the site visit while maintaining the existing proposal framework. The document highlights efforts to ensure transparency and communication among government officials and potential contractors regarding the project's requirements.
    The document serves as an amendment to a Request for Proposal (RFP) detailing the specifications and answers to key questions about two wells, Well 585 and Well 606, under the project N40085-25-R-2664. It confirms that the Buy American Act applies, indicating domestic sourcing requirements. Essential inquiries regarding the wells include the materials and specifications for relining, with stainless steel (316 grade) specified for both wells. Water availability on-site is not provided, and both wells produced sand when pumps were operational. The gravel pack requirements and existing power availability for testing are also clarified. Additionally, it states that no post lining television inspection is required and that Bac-T is the only water analysis needed. Overall, the document updates critical information for bidders and reinforces adherence to project guidelines, while maintaining other existing terms and conditions.
    The document outlines contractor responsibilities related to a project involving the rehabilitation of wells 585 and 606. It emphasizes strict confidentiality concerning the release of unclassified information related to the contract, requiring prior written approval from the contracting officer or ensuring that the information is already public. Contractors are tasked with locating and preserving all underground utilities during ground-disturbing activities and must adhere to environmental, health, and safety (EHS) protocols throughout the construction process. Specific requirements for well installation and upgrades include installing new submersible pumps, stainless steel piping, and valves, as well as coordinating with commercial cabling providers. The contractor must also ensure compliance with state and base codes and keep the job site free of debris. The document serves as a critical guideline for contractors to ensure compliance with Federal and state regulations in relation to environmental health and safety, while managing sensitive information during project operations. It reinforces proper planning, verification, and communication between contractors and the contracting officer, emphasizing accountability and safety as paramount throughout the project's execution.
    The project outlined in document # 23-0050 focuses on the rehabilitation of two raw water wells at MCB Camp Lejeune, specifically Well 585 and Well 606. Each well will receive a new submersible pump, stainless-steel piping, and various associated components such as air release valves, flow meters, and control valves. The installation process must comply with state and base codes, including ensuring all new materials meet lead-free standards for water supply. The contractor is responsible for the location of underground utilities before construction, coordinating with cabling providers, and adhering to environmental, health, and safety policies. Additionally, a detailed phased construction schedule, a submittal register, and documentation of work progress are required, emphasizing the contractor's obligations concerning quality control and safety. The overarching purpose is to ensure safe and efficient water supply operations while preserving existing infrastructure and maintaining environmental integrity throughout the rehabilitation process. This project exemplifies federal contract requirements and RFP procedures aimed at effective resource management for military utilities.
    The document outlines a request for proposals (RFP) for the rehabilitation of Wells 585 and 606 at MCB Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2664. It provides a comprehensive overview of the project requirements, including an estimated cost range between $250,000 and $500,000 and a completion timeframe of 360 days after award. Only three specified contractors can submit proposals, and the basis for award is the lowest price. Contractors must submit their proposals by May 1, 2025, along with necessary bid bonds according to the project value. Additionally, the document specifies wage determinations in compliance with the Davis-Bacon Act and executive orders regarding minimum wage and worker protections. This highlights the necessity for contractors to pay employees specific prevailing wage rates based on their classification. It also emphasizes potential funding issues that might affect the awarding of the contract. The structured approach of the document allows for clarity on expectations and compliance requirements, crucial in the context of government contracting and project execution.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Replace Holcomb Blvd Culvert Pipe
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the "Replace Holcomb Blvd Culvert Pipe" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the demolition and replacement of an existing culvert pipe, drop inlets, and a concrete headwall, requiring the installation of approximately 230 feet of reinforced concrete pipe, along with associated site work and traffic control measures. The estimated project cost ranges from $250,000 to $500,000, with proposals due by January 7, 2026, and a mandatory site visit scheduled for December 17, 2025. Interested contractors must be on a pre-approved list and comply with various federal regulations, including wage determinations and environmental safety standards. For further inquiries, contact Emily Walton at emily.a.walton6.civ@us.navy.mil or call 757-994-5759.
    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.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    Repair Fuel System B4505
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. The project involves the repair of three fuel storage tanks, associated piping, and perimeter fencing, with a focus on replacing tank and pipe coatings, and repairing existing fence posts. This procurement is critical for maintaining operational integrity and safety of the fueling system, with an estimated contract value between $500,000 and $1,000,000, and a completion timeline of 180 calendar days. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested parties should contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or (252) 466-2622 for further information.
    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.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This procurement is exclusively open to specific Mechanical MACC contractors, with an estimated project cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The project is critical for ensuring fire safety compliance and involves significant installation work, including the demolition of existing systems and the installation of new piping and valves. Proposals are due by January 5, 2026, at 12:00 PM local time, and interested contractors should direct inquiries to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    F103-- Well Network Water Testing Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Well Network Water Testing Service Contract for the Asheville Veterans Affairs Medical Center (VAMC). This contract will require the selected contractor to perform monthly water testing of the emergency backup well system, assessing various contaminants including Total Coliform, E.coli, Lead, and Nitrates, with results to be delivered digitally within five business days of testing. This acquisition is a 100% Small Business Set-Aside, with a performance period from January 9, 2026, to January 8, 2031, and proposals are due by December 24, 2025, at 3:00 PM EST. Interested parties should direct all inquiries via email to Contracting Officer Zanona Pickett at Zanona.Pickett@va.gov, as telephone requests will not be accepted.