Fuel Farm Repairs UN360 and TC366
ID: N4008525R2644Type: Combined Synopsis/Solicitation
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, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Fuel Farm Repairs at Camp Lejeune, North Carolina, under solicitation number N40085-25-R-2644. This project, estimated to cost between $1,000,000 and $5,000,000, involves essential repairs to fuel farms UN360 and TC366, with a completion timeline of 720 days post-award, while ensuring that operations remain uninterrupted during construction. Interested contractors, specifically those listed as Mechanical MACC Contractors, must submit their proposals by May 21, 2025, at 3:00 PM EST, and are encouraged to contact Tony Benson or Lauren Loconto for further inquiries regarding the project specifications and requirements.

    Files
    Title
    Posted
    The document appears to contain corrupted or unreadable segments and lacks clear, coherent information pertinent to the topics of federal RFPs, federal grants, or state/local RFPs. It does indicate potential discussions on governmental processes, but specific details required for an effective analysis are obscured. A successful summary would typically encapsulate the purpose of the RFPs or grants, highlighting key objectives, funding areas, or anticipated project outcomes, while underscoring compliance and regulatory expectations. However, valid content for a comprehensive synthesis cannot be discerned due to the extensive corruption of data within the file. This file may need to be retrieved or replaced for an accurate identification of its main topics and themes relevant to the government context.
    The document is a Request for Information (RFI) related to the Fuel Farm UN360 and TC366 construction project, identified by contract number N40085-25-R-2644. It addresses several contractor questions regarding project specifications and operational procedures during construction. Key clarifications include the removal of the ICC IBC Special Inspection Certification requirement, while eOMSI remains mandatory. Importantly, the fuel farms must remain operational during construction, allowing for scheduled temporary outages. Work can proceed simultaneously at both construction sites rather than sequentially. Furthermore, there is confirmation regarding the need to connect an 8” storm drainpipe to an existing sewer manhole, as outlined in the project drawings. The document reflects the procedural and operational parameters vital for successful project execution within the framework of federal and local RFPs.
    The document outlines the Contract Line Item Pricing Schedule for a project designated as Project No: 22-0016, titled "Expand Containment/Install Generators," located at MCB Camp Lejeune's Camp Geiger and Camp Johnson DFSP. It details pricing for basic and optional work components, specifying items required for the completion of tasks at both sites. Item descriptions include a basic job at Camp Geiger that encompasses all necessary materials and labor as per the contract, an optional item for constructing a fuel dispenser lane at Camp Geiger, and another basic job for Camp Johnson. These items are to be priced as lump-sum jobs. Offerors must provide prices for all listed items; otherwise, their bids may be deemed unacceptable. The document also notes that funding for the project is not currently available, which must be secured before any contracts can be awarded. The file is structured to facilitate clear bidding by outlining the scope of work, optional enhancements, and pricing requirements crucial for contractors engaged in federal projects.
    The document presents a detailed base map of Camp Lejeune, illustrating extensive geographical data relevant to the base's infrastructure and surrounding areas. This includes delineations of counties, bodies of water, creek systems, ponds, and numerous markers that represent various facilities, location identifiers, and operational grounds. The primary focus appears to be on mapping out essential features for governmental or military planning and operational purposes. It facilitates a comprehensive understanding of the area's layout, crucial for logistics, resource allocation, and strategic planning associated with military operations and federal projects. This mapping document underscores the necessity of environmental and structural assessments for ongoing and future initiatives within Camp Lejeune's jurisdiction, serving as a critical resource for potential federal requests for proposals (RFPs) and grants concerning infrastructure maintenance, environmental assessment, and development projects.
    The document pertains to the "Fuel Farm Repairs" project at Marine Corps Base Camp Lejeune, NC, outlining the general requirements, work scope, and procedures for contractors involved in the repair work. Key sections include project documentation, cutting and patching procedures, work restrictions, and safety regulations, emphasizing the importance of maintaining existing structures and environmental safety. The project involves phased construction, requiring contractors to adhere to strict schedules and coordinate with base officials for access and utility interruptions. Contractors must utilize the Electronic Construction and Facility Support Contract Management System (eCMS) for document management and compliance with submission protocols. Key deliverables include progress reports, quality control documentation, and project schedules. Additional specifics include the necessity for the contractor to have qualified personnel on-site, comply with safety and health regulations, and ensure timely submittals for preconstruction activities. The document underscores a commitment to environmental protection and adherence to military regulations throughout the project execution. Overall, it serves as a comprehensive guide for contractors to ensure efficient, compliant, and successful completion of the crucial fuel farm repairs.
    The government document outlines a Request for Proposal (RFP) related to the Fuel Farm Repairs at Camp Lejeune, designated as NAVFAC Solicitation No. N40085-25-R-2644. Only specific contractors are permitted to submit bids, including Mechworks Mechanical Contractors, North State Mechanical, and R&W Construction Company. The project, estimated to cost between $1,000,000 and $5,000,000, requires completion within 720 days post-award and adheres to the Davis-Bacon Act, mandating specific wage rates for workers. Contractors must visit the project site on April 30, 2025, and submit proposals by May 21, 2025, at 3:00 PM EST. Bid requirements vary based on proposal values, with strict penalties for late submissions. Furthermore, the document emphasizes compliance with various federal wage orders and the importance of adherence to the Buy American Act regarding construction materials. The overall purpose of this RFP is to solicit competitive bids from qualified contractors for the necessary repairs, ensuring project specifications are met while maintaining regulatory oversight and fostering fair labor practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This procurement is a Total Small Business Set-Aside, allowing only pre-approved Roofing MACC Contractors to submit bids for the project, which has an estimated cost between $1,000,000 and $5,000,000 and requires completion within 450 days post-award. The solicitation emphasizes strict adherence to safety standards, personnel qualifications, and electronic management protocols, with proposals due by January 15, 2026, at 2:00 PM EST. Interested contractors can contact Jessica Huebner or Lauren Loconto for further details and clarification.
    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.
    Chiller Replacement Bldgs. 128, 227, BB125, and RR135
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers in Buildings 128, 227, BB125, and RR135 at Marine Corps Base Camp Lejeune, North Carolina. This project requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, equipment, and supervision for the installation of new HVAC chiller units, including associated electrical components and chilled water piping, with a focus on compliance with the Buy American Act and specific construction standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, and a site visit scheduled for December 30, 2025. Interested contractors should contact Tony Benson at tony.d.benson1.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    P502 Replace MCAS Beaufort Fuel Pier, Marine Corps Air Station Beaufort, South Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of the fuel pier at Marine Corps Air Station Beaufort, South Carolina. This project involves the demolition of the existing 1957 fuel pier and the construction of a new single-deck fueling pier, approximately 169 feet long and 40 feet wide, designed to maintain fuel services throughout the construction period. The procurement is critical for ensuring operational integrity and compliance with safety and environmental regulations, particularly concerning hazardous materials identified in the existing structure. Interested contractors must submit sealed bids by June 3, 2025, with a performance period of 900 days following award notification. For further inquiries, contact Scott Schulz at SCOTT.C.SCHULZ1@NAVY.MIL or John Bishop at john.p.bishop1@navy.mil.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina, under solicitation number N40085-26-R-9001. The project involves replacing existing equipment and installing new generators, with specific requirements for compliance with electrical and environmental regulations, as well as adherence to strict construction protocols. This procurement is crucial for ensuring reliable power supply and operational readiness at the facility. Proposals are due by January 6, 2026, at 2:00 PM EST, and interested contractors must contact Tony Benson or Lauren Loconto for further details, with an estimated project cost between $100,000 and $250,000.
    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.
    Building 1231 Replace RTU
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking proposals for the "Building 1231 Replace RTU" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the removal and replacement of rooftop units RTU-7 and RTU-10, with specific requirements for pre-approved mechanical contractors to submit proposals. The estimated project cost ranges from $250,000 to $500,000, with a completion timeline of 360 days post-award and a proposal submission deadline of January 16, 2026. Interested contractors should contact Edward Pelser or Lauren Loconto for further details and must adhere to the outlined administrative and security protocols throughout the project.
    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.
    P919 Bulk Tank Farm Improvements, Phase 1 Naval Station Rota, Spain
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the P919 Bulk Tank Farm Improvements, Phase 1 project at Naval Station Rota, Spain. This procurement involves the construction of two 50,000-barrel cut-and-cover tanks, associated pumping equipment, and an 18-inch fuel pipeline, with a contract value estimated between $25 million and $100 million. The improvements are critical for enhancing fuel supply capabilities and ensuring compliance with stringent safety and operational standards. Proposals are due by January 14, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil for further details.