REQUEST FOR PROPOSAL FOR LAND EXCHANGE AND WATER/WASTEWATER INFRASTRUCTURE DIVESTITURE NAVAL STATION NEWPORT NEWPORT, RI
ID: N40085-25-RP-00060Type: Solicitation
Overview

Buyer

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

NAICS

Water, Sewage and Other Systems (2213)

PSC

UTILITIES- WATER (S114)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is issuing a Request for Proposal (RFP) for a land exchange and the divestiture of water and wastewater infrastructure at Naval Station Newport in Rhode Island. The objective is to engage a qualified offeror who can demonstrate experience in operating and maintaining similar infrastructure, ensuring the continuation of services for existing and future tenants at the station. This initiative is part of a broader strategy to optimize resource management and enhance operational efficiency within the Navy's utility services. Interested parties must submit their proposals by 5 PM on February 11, 2025, and can direct inquiries to Chris Nelson at christopher.r.nelson@navy.mil or Heather Stadler at heather.m.stadler2.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Department of the Navy (DON) Non-Disclosure Agreement (NDA) outlines the terms governing access to Controlled Unclassified Information (CUI) for individuals affiliated with authorized non-Federal entities. The NDA specifies the categories of information, including maps and water-wastewater infrastructure, that will be accessible to the signer, who is obliged to protect this information from unauthorized disclosure. Signers must signify their understanding and agreement to comply with safeguarding measures detailed under 32 CFR Part 2002 and any relevant government policies. Key responsibilities include non-disclosure, handling of CUI created or received, completion of training on information protection, and timely reporting of any breaches. Violations can result in revocation of access and potential civil or criminal penalties. The agreement reinforces the importance of safeguarding government-related information and establishes the legal framework under which such protection must be observed. Overall, the NDA aims to ensure confidentiality and security of sensitive information while allowing authorized personnel to access necessary data, which is integral to various government activities, including federal grants and RFP processes.
    The document outlines a competitive opportunity for the divestiture of water and wastewater utilities and land exchange at Naval Station Newport, Rhode Island. It features a map created to offer a visual representation of the relevant areas, based on the Water and Wastewater Utility Map Book that details the location of utility mains within the installation's property. The map book is accessible upon request, pending submission of a specified CUI notice. This initiative aligns with government practices regarding the management and transfer of utilities, providing potential contractors with essential context and data for their proposals. Key contributors are identified, including the authors and reviewers, and the document is dated September 4, 2024. The emphasis on visual representation and detailed utility mapping is crucial for informed decision-making and planning by prospective bidders, underlining the importance of compliance and operational efficiency in government projects. Overall, this divestiture opportunity signals a strategic shift in resource management at the Naval Station, encouraging community engagement and private sector involvement.
    The document outlines the Degradation Index (DI) Scores utilized in assessing the condition of government assets as part of the UICAP (Understanding Infrastructure Condition and Asset Performance) process. The DI categorizes asset deterioration on a scale from 1 to 5, where a score of 1 indicates no noticeable defects and full functionality, while a score of 5 signifies extensive deterioration rendering the asset non-functional. Scores of 2 and 3 represent minor and moderate defects, respectively, with minor maintenance or repairs needed. A score of 4 reflects serious issues that significantly affect functionality, requiring extensive repairs or replacements. This evaluation framework is crucial for government agencies in managing and maintaining public infrastructure effectively, aiding in decision-making for asset management, repairs, and federal funding requests related to infrastructure upgrades or replacements. Overall, the document serves as part of the foundational assessment tools for compiling and justifying infrastructure-related grants and RFPs at various government levels.
    The document is a technical notice indicating an issue with accessing its content, specifically related to the PDF reader in use. It advises users to upgrade to the latest version of Adobe Reader to properly display the document, providing a link for the download and support for the application. The message includes a standard disclaimer about trademarks related to operating systems such as Windows, Mac, and Linux, indicating their registered status. The core purpose of the notice is to facilitate the access and readability of government files pertinent to federal RFPs, grants, and other relevant documents, thereby emphasizing the importance of using compatible software for successful engagement with government resources.
    The document outlines the registration process for obtaining a Local Population Identification Card or Base Access Pass for access to Department of Defense (DoD), Department of the Navy (DoN), or U.S. Marine Corps installations. It establishes the legal authority under various DoD directives, emphasizing the need to control physical access for security purposes by verifying individuals through comprehensive identity proofing. The information collected includes personal details such as name, race, gender, citizenship status, and employment information. Applicants must provide valid identity documents, which are categorized into three lists based on their purpose and authorization. Disclosure of information is voluntary, but failure to provide it may result in denied access. Compliance with the Real ID Act is also noted, alongside instructions for completing the form. The document reinforces the seriousness of accuracy in submissions, detailing the consequences of providing false information. Overall, it reflects the government's effort to ensure secure and regulated access to military facilities, aligning with federal mandates for identity management and security protocols.
    The document pertains to Request for Proposal (RFP) No. N40085-25-RP-00060, which invites proposals for a competitive divestiture and land exchange opportunity within the water and wastewater sectors at Naval Station Newport, Rhode Island. It outlines the necessity for interested contractors to provide their contact information and details on previous services rendered. The submission requires verification of whether contractors met project goals and requirements, accompanied by a client signature for validation. This RFP signals the government's intent to enhance efficiency or optimize resources related to water and wastewater management through partnership with qualified entities. Overall, the document emphasizes accountability and performance in service delivery while fostering collaboration with the private sector to achieve necessary improvements in local infrastructure.
    The document outlines a Request for Proposal (RFP) for the competitive divestiture and land exchange of water and wastewater systems at Naval Station Newport in Rhode Island. Offerors must submit their proposals, acknowledging the validity of their offer for 180 days and confirming receipt of any RFP amendments. They must also provide a certification regarding the release of proprietary information and disclose any potential conflicts of interest, specifically concerning prohibited participants associated with the project. Additionally, the offeror's designated representative must sign and date the proposal to signify their agreement to the stated terms. This RFP is part of a broader initiative to engage contractors for advisory and consulting services in evaluating proposals for government projects, emphasizing transparency and ethical conduct in selecting firms for service contracts.
    This document serves as an amendment to the Request for Proposals (RFP) for Contract No. N40085-25-RP-00060, issued by the Naval Facilities Engineering Systems Command Mid-Atlantic. The amendment emphasizes the importance of acknowledging receipt of this change before the specified deadline to ensure eligibility of proposals. It provides multiple methods for acknowledgment, either via return of specified forms or through electronic communication, and specifies that non-compliance may lead to rejection. Key changes include the updated submission guidelines, requiring that proposals be emailed by March 12, 2025, with strict formatting and forwarding procedures for physical copies. Additionally, it highlights the need for timely submissions and advises that large file sizes may necessitate prior arrangements. The commitment to maintain all other terms and conditions of the original RFP underlines the continuity and seriousness of the solicitation process. This amendment aims to clarify submission protocols and ensure compliance with governmental contracting procedures while providing firms with explicit instructions to facilitate proper proposal evaluation.
    The Industry Day Agenda for 14 January 2025 at Naval Station Newport is designed to inform stakeholders about upcoming real estate and utility infrastructure developments. The event commences at 8:15 AM with attendee registration, followed by opening remarks from CDR Ian Underwood. Key presentations will focus on an overview of real estate by Heather Stadler and utility infrastructure by LT Marrcel Smith and James Carlson, concluding with a Q&A session. Following the presentations, attendees will participate in a site tour of the Newport wastewater utility infrastructure, which includes various significant stops, such as waterfront expansion, several sewage lift stations, and privatized military housing partnerships with Balfour Beatty. Each site illustrates the collaboration between the Navy and local entities concerning utility agreements and housing management, emphasizing infrastructure's role in community and governmental interactions. This agenda underscores the government's emphasis on updating stakeholders about resource management and facilities, aligning with objectives typical of federal grants and requests for proposals (RFPs) aimed at enhancing operational efficiency and collaboration with private partners in infrastructure development.
    The government document addresses the access requirements for site visit participants holding a Common Access Card (CAC). It clarifies that individuals with an active CAC are currently exempt from submitting a Base Access Form. However, it notes that all CAC holders may need to provide further information or documentation as required by Installation security before they are permitted entry. This guidance aims to streamline access for CAC holders while ensuring security protocols are upheld, fitting within the broader context of government regulations related to federal and local Requests for Proposals (RFPs) and grants. The directive emphasizes the importance of maintaining a secure environment during official visits or activities associated with government contracts.
    The NAVSTA Newport Land Exchange and Water/Wastewater Divesture Industry Day agenda outlines the processes and requirements for stakeholders involved in the potential transfer of utility infrastructure associated with Naval Station Newport. Key parts of the project include the signing of an Exclusivity Agreement, conducting various infrastructure and environmental assessments, and submitting a comprehensive Phase 2 Proposal detailing system characteristics, financing plans, operational strategies, and compliance plans. The proposal phase will culminate in an Exchange Agreement, which delineates the terms, conditions, and financial details of the transfer. Additionally, the document highlights the existing potable water and sanitary sewer systems, detailing capacities, distribution lines, storage capabilities, and compliance with water quality standards. The overall timeline projects critical milestones from March 2025 through June 2026 for executing agreements and completing assessments. This initiative underscores the federal government’s effort to manage and divest utility assets while ensuring continued service and infrastructure integrity through structured partnerships.
    The Navy is issuing Request for Proposal No. N40085-25-RP-00060 to facilitate a land exchange and the divestiture of water and wastewater infrastructure at Naval Station Newport in Rhode Island. The objective is to negotiate with a selected offeror to transfer the ownership of the utilities and related easements in exchange for consideration deemed beneficial to the government. Offerors must demonstrate experience with operating and maintaining similar infrastructures and commit to ongoing service provision for existing and future tenants of the station. The process involves a two-phase evaluation: Phase I will assess technical proposals and relevant experience, while Phase II will focus on detailed operational plans and financial arrangements. The selected offeror must cooperate with environmental regulations and address historical and cultural preservation concerns related to the site. Key submission elements include documentation of past performance, financial information, and detailed maintenance plans. Proposals must be submitted by 5 PM on February 11, 2025, in compliance with specified requirements. The initiative underscores the Navy’s strategy to streamline operations and leverage private sector expertise in managing public utilities effectively.
    The Naval Station Newport held an Industry Day on January 22, 2025, aimed at discussing land exchange and utility infrastructure projects with potential offerors. Key topics included the scope of necessary historical and environmental assessments related to utility infrastructure, the governance of infrastructure upgrades, and the ownership responsibilities between the Navy and contracted entities. Participants inquired about recent utility upgrades, including projects for the Coast Guard and NOAA, and clarified processes for ship docking, drainage, and utility management. The Navy confirmed that historical assessments must focus on the utility infrastructure's easement areas, particularly as some parts are designated as Superfund sites. Attendees discussed the management of water quality, soil quality issues, and responsibilities for utilities servicing various structures, emphasizing clear delineation of duties between private entities and the Navy. The document serves as a critical overview for those interested in the RFP process and grants related to infrastructure management at NAVSTA Newport, providing essential logistical and regulatory insights necessary for prospective bidders and stakeholders involved in these projects.
    Similar Opportunities
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Facility Investment Services at the Naval Station Newport complex in Rhode Island. The procurement aims to enhance the management and maintenance of facilities, installed equipment, and systems, ensuring compliance with federal standards and operational efficiency. This contract, which is a total small business set-aside, emphasizes the importance of effective facility management in supporting military readiness and safety. Proposals are due by October 24, 2024, and interested parties can direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.
    Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The contractor will provide labor, management, supervision, tools, material, and equipment necessary for various services including Facilities Support Services, Facility Planning and Asset Management Services, and Base Support Vehicles and Equipment. The contract will be a combination Firm-Fixed Price/Indefinite Quantity type and will be awarded to the best value offeror using tradeoff analysis. The contract will have a base period with four one-year option periods, not exceeding sixty months. The estimated proposal due date is at least 30 days after the RFP is posted on or about January 24, 2019. Contractors must register in the System for Award Management (SAM) database to be eligible for award.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.
    Construction - B1320 Second Floor Alterations
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting proposals for the construction project titled "B1320 Second Floor Alterations." This project involves alterations to the second floor of Building B1320 and is exclusively set aside for small businesses, with an estimated contract value between $25,000 and $100,000. The work is critical for enhancing the infrastructure of the facility, reflecting the government's commitment to supporting small business participation while adhering to strict safety and compliance standards. Proposals are due by February 25, 2025, and interested contractors must attend a mandatory site visit on February 18, 2025, requiring pre-registration and valid visit requests. For further inquiries, contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil.
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Radio Frequency Distribution and Control Systems (RFDACS) units and subcomponents, along with associated engineering and obsolescence management services. This initiative aims to enhance military submarine capabilities by developing, testing, and delivering the RFDACS OK-700 system, which is critical for effective communication and control in defense operations. Interested contractors must comply with stringent regulatory standards and provide detailed proposals that include quality control measures, funding sources, and personnel qualifications. For further inquiries, potential bidders can contact Christina Sherron at christina.m.sherron2.civ@us.navy.mil or by phone at 401-832-6462. The solicitation details and associated documents are available for review, and adherence to the outlined requirements is essential for successful proposal submission.
    EV35, Newport, Site 8, Phase 2 Injection RA, RAOMAC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the environmental remediation operations and maintenance at Sites 1 and 4 of the Naval Weapons Industrial Reserve Plant in Bethpage, New York. The contract focuses on long-term maintenance, including groundwater sampling, waste management, and compliance with environmental regulations, with a project duration of 24 months starting April 1, 2025. This procurement is critical for ensuring the integrity of environmental restoration efforts and adherence to health and safety standards. Interested small businesses must submit their proposals via the PIEE system by March 11, 2025, and can direct inquiries to Georgia Scott at georgia.scott@navy.mil or by phone at 757-341-0691.
    Construction - Emergency Shower and Eye Wash Stations
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting proposals for the installation of emergency shower and eyewash stations. This project, which is set aside for small businesses under NAICS code 236220, aims to enhance safety measures within the facility and is budgeted between $100,000 and $250,000. Proposals are due by March 14, 2024, with a mandatory site visit scheduled for February 26, 2024, and the work is expected to be completed within 120 calendar days following the award. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil for further details.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES MANAGEMENT AND SUSTAINMENT SUPPORT PREDOMINANTLY IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ATLANTIC AREA OF OPERATIONS, BUT ALSO WORLDWIDE.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on facilities management and sustainment support. The contract, estimated at $90 million over a five-year period, will involve key tasks such as facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. This procurement is crucial for enhancing infrastructure management capabilities within the NAVFAC Atlantic area and beyond, promoting competition among firms while ensuring compliance with small business subcontracting goals. Interested parties must submit their responses electronically by March 27, 2025, and can direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Z--REQUEST FOR INFORMATION AND INDUSTRY FORUM FOR DEPARTMENT OF NAVY LODGING PRIVATIZATION
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is requesting information and industry forum for the Department of Navy Lodging Privatization. This request for information (RFI) is for informational and planning purposes only and is not a request for proposal or commitment of any kind. The government does not intend to award a contract solely based on this RFI. The RFI is being issued via Federal Business Opportunities and Navy Electronic Commerce Online. Interested parties should check the websites periodically for any amendments or updates to this notice. The attachments provide additional details, including the industry forum registration form and RFI questions.
    Science and Technology Broad Agency Announcement
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking R&D- DEFENSE SYSTEM: MISCELLANEOUS HARD GOODS (APPLIED RESEARCH/EXPLORATORY DEVELOPMENT) services in Newport, RI (zip code: 02841), USA. The Science and Technology Broad Agency Announcement (BAA) for the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is open for five (5) years. For more details, please refer to the attached document.