LP-40 Install In-Line Receipt Filtration, Naval Station Norfolk, Norfolk, Virginia
ID: N4008525R2655Type: 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

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 21, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. This procurement involves the demolition of an existing aboveground fuel filtration system and the installation of a new filtration system, including necessary electrical work, all to be completed within 270 calendar days post-award. The project is critical for enhancing fuel filtration capabilities at the naval facility, ensuring compliance with safety and operational standards. Proposals are due by May 21, 2025, with a mandatory site visit scheduled for April 8, 2025. Interested contractors should contact Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil or (757) 341-0564 for further details.

Files
Title
Posted
Apr 22, 2025, 5:09 PM UTC
The document outlines the Executable Scope of Work for the LP-40 In-Line Receipt Filtration project at Naval Station Norfolk, Virginia, prepared by NAVFAC MID-ATLANTIC. The contractor is tasked with providing labor, materials, and supervision for the replacement and installation of a new fuel filtration system, including specific electrical requirements. The project is to be completed within 270 calendar days post-award, adhering to industry standards and Navy regulations. Contractor safety measures must follow U.S. Army Corps of Engineers guidelines, with particular focus on hazardous materials. Site visits are encouraged to ensure familiarity with conditions and logistics. The document stipulates detailed requirements for inspections, insurance, scheduling, and contractor responsibilities concerning existing and removed materials. Comprehensive submittals are required before construction begins, including design drawings and safety plans. The project emphasizes the importance of safety procedures, continuous communication with the Contracting Officer, and adhering to operational and environmental standards while executing work near active fueling operations. Invoicing will be conducted electronically, ensuring transparency and compliance throughout the project's duration.
Apr 22, 2025, 5:09 PM UTC
The LP-40 In-Line Receipt Filtration project at Naval Station Norfolk, Virginia, entails the demolition of an existing aboveground fuel filtration system and the installation of a new system, along with necessary electrical and structural modifications. The project is designed under the oversight of NAVFAC MID-ATLANTIC, with requirements for comprehensive preconstruction submittals, including safety protocols and emergency response measures, to ensure adherence to federal and military standards. Coordination with telecommunications contractors is essential for smooth integration of systems. The contract stipulates strict guidelines for submission of documentation, safety protocols, and access regulations, reflecting the project’s complexity and significance in ensuring the operational efficacy of fuel services at the naval facility. The project aims to enhance infrastructure capabilities while ensuring compliance with safety requirements and conducting operations amidst active site occupancy. Additionally, clear communication and meticulous planning are emphasized to manage subcontractors and maintain workflow schedules effectively.
Apr 22, 2025, 5:09 PM UTC
The document outlines the project for the LP-40 In-Line Receipt Filtration System at Naval Station Norfolk, Virginia, under the Naval Facilities Engineering Systems Command. It includes site maps, construction notes, and detailed electrical and civil engineering plans necessary for implementing new filtration technology on site by October 30, 2024. The project features various elements, such as existing conditions and demolition plans, civil and electrical details, and key safety protocols. Specific components like a vertical separator, control building, and pump systems are highlighted, moving towards enhancing operational efficiency and regulatory compliance. Comprehensive plans for demolition, new work, and associated utilities define the layout and construction process. The document serves as a crucial reference for contractors, ensuring adherence to technical specifications and federal guidelines during the project's execution, demonstrating the government's commitment to maintaining quality and environmental standards in military facilities.
Apr 22, 2025, 5:09 PM UTC
The document outlines the wage determination for heavy construction projects in Virginia, specifically for Mathews and Norfolk counties, as mandated by the Davis-Bacon Act. It details wage rates applicable from 2025, referencing Executive Orders 14026 and 13658, which establish minimum wage requirements for federal contracts. If contracts are awarded given certain conditions, workers must be paid at least $17.75 per hour or $13.30, depending on the contract dates. The document also provides a comprehensive list of classifications and prevailing wage rates for various trades and labor positions, ensuring compliance with federal and state-specific regulations. Furthermore, it describes procedures for appealing wage determinations, stating that interested parties can request and challenge decisions made by the Wage and Hour Division of the Department of Labor. This document is crucial for contractors and public agencies involved in government RFPs and grants as it helps ensure fair labor compensation and adherence to labor laws in federally funded projects.
Apr 22, 2025, 5:09 PM UTC
The document appears to be an error message, indicating that the content cannot be displayed due to compatibility issues with the PDF viewer. It suggests upgrading to the latest version of Adobe Reader for optimal access to the document. The message also includes trademark information related to Windows, Mac, and Linux operating systems. As such, there are no substantive details or key ideas presented in the document concerning federal government RFPs, grants, or state and local RFPs. The primary focus of the document is on technical support rather than providing information about government contracts or funding opportunities. Therefore, it does not contain any actionable or informative content relevant to the original request for a summary on government files.
Apr 22, 2025, 5:09 PM UTC
This document contains essential personal information regarding Samantha Lawler, likely in connection with a federal job or contract within the NAVFAC (Naval Facilities Engineering Command). Key details include her contact information, such as a phone number (757-341-1826) and an email address (samantha.m.lawler3.ctr@us.navy.mil). Additionally, it presents her date of birth, last name, first name, and the involvement of her sponsor and management structure within the organization. The FBI/SID mention may imply a background check or security clearance is applicable. The focus of this information appears to be operational and administrative support related to government procurement processes, particularly concerning RFPs or grants. This summary stresses the significance of accurate record-keeping in government sectors and the importance of compliance with regulations during the hiring or contracting processes.
Apr 22, 2025, 5:09 PM UTC
The document pertains to a pre-proposal inquiry for a government project titled "LP-40 INSTALL IN-LINE RECEIPT FILTRATION," intended for execution at Naval Station Norfolk in Virginia. It includes a specific reference number (N40085-25-R-2655) and outlines the submission details for inquiries related to the proposal. The document is structured to facilitate the submission process, providing a formal avenue for participants to raise questions ahead of the actual proposal submission. This RFP emphasizes the importance of obtaining clarity on project specifications and requirements, which is a critical step in securing bids for government contracts. The overall purpose of the document is to ensure that potential contractors understand the project expectations and have a platform to seek clarification, thereby fostering a competitive and transparent bidding environment.
Apr 22, 2025, 5:09 PM UTC
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors registering and managing roles within the PIEE platform, specifically related to Department of Defense (DoD) solicitations. It details two primary user roles: Proposal Manager and Proposal View Only, with specific instructions for both new and existing users. New users are guided through a self-registration process involving account setup, security question creation, and role selection, including the requirement to submit a justification for access. Existing users can add additional roles by updating their account information. The guide further provides links for account and technical support for users experiencing issues. A Roles and Actions/Functions Matrix summarizes the capabilities associated with each role within the PIEE, emphasizing the importance of proper registration and role management for effectively participating in federal solicitations. This document aids vendors in navigating the federal procurement process efficiently, ensuring compliance and streamlined communication with the DoD.
Apr 22, 2025, 5:09 PM UTC
The document outlines a solicitation (N4008525R2655) for a government contract to provide a lump sum price for the work related to LP-40 In-Line Receipt Filtration. Offerors are required to submit a fixed total price for Contract Line Item 0001AA, which encompasses all costs associated with the project as detailed in the provided drawings and scope of work. Award decisions will be based solely on the total sum for this contract item, without allowances for economic price adjustments. The proposal must cover all aspects necessary for completion, including labor, materials, equipment, and supervision. This solicitation represents a structured effort to secure qualified bidders for a specific infrastructure project, ensuring a comprehensive approach to project execution and budgeting.
Apr 22, 2025, 5:09 PM UTC
The document pertains to amendments relevant to a federal or state RFP process, specifically addressing the acknowledgment of amendments submitted by an offeror. It features sections for the offeror's name, an authorized individual's signature, and the date of submission, emphasizing the formal recognition of changes made to the original proposal. This acknowledgement is crucial for ensuring all parties are aware of any modifications during the procurement process. The structure highlights the procedural aspect of compliance and transparency in bidding processes. Clarity and signatures indicate that the document serves as an official record of the offeror's commitment to the amended terms, thus reinforcing the integrity of the RFP process.
Apr 22, 2025, 5:09 PM UTC
The document details the representation requirements for federal contractors regarding telecommunications and video surveillance equipment and services, as mandated by the 2019 John S. McCain National Defense Authorization Act. It emphasizes the prohibition against using covered telecommunications equipment or services in contracts with the government. Offerors must provide representations about whether they use or supply such equipment when responding to solicitations. Key definitions related to telecommunications technologies are provided, along with the prohibition specifics and necessary procedures for compliance, including checking the System for Award Management (SAM) for excluded parties. Detailed disclosure requirements were outlined for Offerors responding affirmatively regarding their use of covered equipment or services. The overarching aim is to ensure national security by preventing the procurement of potentially harmful technologies during federal contracting processes.
Apr 22, 2025, 5:09 PM UTC
The document outlines regulatory provisions related to federal acquisition and the prohibition of certain applications and products to ensure security in government operations. It includes several clauses emphasizing the restriction of the social media platform TikTok, operated by ByteDance Limited, on government devices as part of the Consolidated Appropriations Act 2023, known as the "No TikTok on Government Devices Act." Additionally, it details requirements regarding the Federal Acquisition Supply Chain Security Act (FASCSA) that prohibits contractors from using products linked to certain covered articles or entities, specifically those that may pose a risk to national security or utilize forced labor in regions such as Xinjiang. It also includes provisions against dealing with Russian fossil fuel operations. Contractors must represent their compliance with these terms during the bidding process and disclose any relevant information if they cannot confirm compliance. This document serves as a guide for contractors when engaging in government contracts, prioritizing national security and ethical sourcing.
Apr 22, 2025, 5:09 PM UTC
The document outlines the Naval Facilities Engineering Systems Command's project for the LP-40 In-Line Receipt Filtration system at Naval Station Norfolk, scheduled for completion by October 30, 2024. It includes various engineering drawings and plans that detail the design, demolition, and construction phases involved in the filtration project. Key elements consist of site maps, existing condition analyses, civil site work plans, and electrical schematics. Prominent features of this initiative involve assessments of current facilities, installation of new filtration systems, and the modification of existing utilities. The project necessitates the careful coordination of engineering efforts to meet Navy standards, ensuring efficiency and compliance throughout the upgrade process. The documentation emphasizes a systematic approach, encapsulating general notes, civil details, and electrical specifications, thereby facilitating a comprehensive overview of the project’s objectives and procedures. This extensive planning reflects the Navy’s commitment to maintaining operational readiness and improving environmental safeguards at the installation, emphasizing the importance of meticulous project execution within government RFPs and federal grant frameworks.
Apr 22, 2025, 5:09 PM UTC
The document pertains to an amendment of a solicitation related to a construction project at Naval Station Norfolk, specifically for the installation of inline receipt filtration under contract number N40085-25-R-2655. The amendment introduces Design Revision 01, replacing the previous drawings (12913660 and 12913661) with updated versions. This revision includes amended civil site work and detail drawings reflecting essential changes necessary for project execution. The designated contact for further inquiries is Alethea Lopez-Martinez from the Navy, and the amendment emphasizes the need for contractors to acknowledge receipt to avoid potential rejection of their offers. Overall, this document is integral to ensuring that contractors are aware of and can adhere to updated specifications in pursuit of compliance and project success.
Apr 22, 2025, 5:09 PM UTC
This document is an amendment to solicitation N40085-25-R-2655 regarding the LP-40 Installation of In-Line Receipt Filtration at Naval Station Norfolk, Virginia. The amendment, dated 09-April-2025, includes several key updates to the procurement process. It extends the proposal due date from April 30, 2025, to May 14, 2025, due to an anticipated design change, and pushes the pre-proposal inquiry deadline from April 16, 2025, to April 30, 2025. Furthermore, the proposal acceptance period has been lengthened from 120 days to 180 days following receipt. The amendment also provides a copy of the site visit attendance log and includes revised General Requirements, with changes marked in red. This amendment ensures clarity and transparency in the bidding process, allowing contractors adequate time to adjust their proposals based on the updated information. The document underscores the commitment to keep all terms and conditions intact while making necessary modifications to facilitate the project's successful progression.
Apr 22, 2025, 5:09 PM UTC
This document details Amendment 0003 to solicitation N4008525R2655 for the installation of an in-line receipt filtration system at Naval Station Norfolk, Virginia. The amendment serves several purposes: it introduces design revision 02, which replaces specific existing drawings; it extends the proposal due date from May 14, 2025, to May 21, 2025, and also extends the pre-proposal inquiry due date from April 30, 2025, to May 7, 2025. These changes aim to account for additional review time related to the design revisions. Furthermore, the amendment includes updated General Requirements reflecting changes in red font. Additionally, necessary attachments are provided, including the revised drawings and requirements document. Overall, Amendment 0003 seeks to refine the proposal process and ensure adequate response time from potential contractors, maintaining the integrity of the contracting procedures.
Apr 22, 2025, 5:09 PM UTC
The document pertains to the Navy's project at Naval Station Norfolk aimed at implementing an LP-40 In-Line Receipt Filtration system. It contains civil engineering details crucial for the construction and filtration aspects of the project. Key components include schematics for a 600 GPM vertical separator, along with specifications for drainage and vent piping, a flow control valve, and a fuel meter. The document is part of the NAVFAC Drawing series, dated September 14, 2023, and reviewed by multiple engineering professionals. This file emphasizes the technical requirements for site utilities related to fuel filtration, ensuring operational efficiency and compliance with safety standards. Overall, it serves as a guiding framework for engineers and contractors involved in this federal project, aligning with regulatory mandates for infrastructure improvements at military facilities.
Apr 22, 2025, 5:09 PM UTC
The document outlines the specifications and details related to the LP-40 In-Line Receipt Filtration project at Naval Station Norfolk, managed by the Naval Facilities Engineering Systems Command (NAVFAC). This includes information about various piping sizes (1.0-inch, 2-inch, 6-inch, and 8-inch), pressure regulating valves (PRV), air relief valves (ARV), and a reused Astro Tank (AST LP-142). The file also catalogs essential civil site work, highlighting construction drawings and project management details such as the contractor number, project number 1694038, and various personnel involved. The plotted sheet date is April 2, 2025, indicating its relevance to ongoing projects. This project aims to enhance fuel filtration systems, ensuring compliance with safety and engineering standards while facilitating efficient operations at the naval station. It emphasizes collaborative efforts across engineering and construction disciplines, underpinning the government’s commitment to infrastructure resilience and modernization.
Apr 22, 2025, 5:09 PM UTC
The document is a Request for Proposals (RFP) soliciting bids for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. The Navy seeks to replace an existing fuel filtration system, including the demolition of outdated components and the installation of a new system involving pumps, filtration vessels, and electrical work. The estimated cost ranges from $500,000 to $1 million, with a completion timeline of 270 days. Only specific contractors with existing Indefinite Delivery/Indefinite Quantity (IDIQ) contracts are eligible to submit proposals, which are due by May 14, 2025. A site visit is scheduled for April 8, 2025. Proposals will be evaluated on a low-price basis, and bidders must include required documents such as bid bonds and representations. Additionally, the document emphasizes that funding availability may affect award decisions and outlines various submission protocols, including electronic submissions via the Project Integration and Execution Environment (PIEE). Overall, the document serves as a structured guide for contractors on the requirements and expectations for bidding on this Navy construction project.
Apr 22, 2025, 5:09 PM UTC
The LP-40 Install In-Line Receipt Filtration project, solicited under No. N4008525R2655 by the Naval Facilities Engineering Systems Command in Norfolk, Virginia, involves mechanical utility construction specifically targeting the LP Fuel Farm at Naval Station Norfolk. The project requires the demolition of an existing aboveground fuel filtration system and the installation of a new system, including essential electrical cabling and related work, without excavation. The estimated budget falls between $500,000 and $1,000,000, and completion is expected within 270 calendar days post-award. Eligible contractors for this task order include specific MACC (Multiple Award Construction Contract) Group holders. Proposals are due by May 21, 2025, and a mandatory site visit is scheduled for April 8, 2025. Offerors are advised that funding is contingent and that no reimbursement for proposal costs will be provided. The selection is based on a low price evaluation, and compliance with all applicable government clauses is required. Details regarding submissions, including forms and amendments, are provided through designated online platforms, ensuring clarity and adherence to federal solicitation procedures.
Apr 22, 2025, 5:09 PM UTC
The solicitation N4008525R2655 outlines a project for the installation of an In-Line Receipt Filtration system at Naval Station Norfolk, Virginia, with an estimated budget between $500,000 and $1,000,000. This indefinite delivery, indefinite quantity contract involves the demolition of an existing fuel filtration system and the construction of a new one, including electrical work. Proposals are limited to designated contractors, details of which are listed, and must be submitted by 30 April 2025, with a site visit scheduled for 08 April 2025. The contract requires adherence to specific terms and conditions, including wage rate requirements from the Department of Labor, and emphasizes a fair opportunity basis for selection, focusing on the lowest-priced proposal. Offerors must utilize the PIEE Solicitation Module for electronic submissions with strict guidelines on proofs of bonding and proposal content. Proposals that do not meet the criteria or are submitted late will not be considered, highlighting the competitive nature of federal contracting processes for construction projects. Overall, this RFP reflects the Navy's commitment to upgrading its facilities in compliance with federal procurement regulations while ensuring safety and operational efficiency.
Apr 22, 2025, 5:09 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Ship Fuel Filtration
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, intends to issue a sole source contract for specific fuel filtration equipment. The procurement includes one DXP Model 47 Fuel Filtration Unit, four Graco Quantm I30 Electric Diaphragm Pumps, and one Hose & Fitting Kit, which are essential for maintaining operational efficiency in naval fuel systems. This opportunity is classified under the NAICS code 332999, and interested parties must provide written responses demonstrating their capability to meet these requirements, as this notice serves informational purposes only and does not constitute a formal request for proposals. For further inquiries, interested vendors can contact Krystal Jones at krystal.d.jones6.civ@us.navy.mil or Chelsea McNeely at chelsea.n.mcneely.civ@us.navy.mil.
Fuel Farm Repairs UN360 and TC366
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the Fuel Farm Repairs at Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2644. This project, estimated to cost between $1,000,000 and $5,000,000, is designated as a Total Small Business Set-Aside and requires only Mechanical MACC Contractors listed on the General Requirements cover page to submit proposals. The work involves critical repairs to fuel farm facilities, adhering to strict compliance with federal regulations, including the Davis-Bacon Act and the Buy American Act, ensuring fair labor practices and material sourcing. Interested contractors must attend a site visit on April 30, 2025, and submit their proposals by May 21, 2025, at 3:00 PM EST. For further inquiries, contact Tony Benson at tony.d.benson.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC?S, Naval Support Activity Hampton Roads Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build (DB) project to replace backup power generation systems, including Uninterruptible Power Supplies (UPS) and Programmable Logic Controllers (PLCs), at Naval Support Activity Hampton Roads in Norfolk, Virginia. The project requires contractors to conduct detailed studies, ensure compliance with safety regulations, and manage the installation of new systems while refurbishing existing generator switchgear. This initiative is critical for maintaining operational integrity and reliability of power systems at the facility, ensuring minimal disruption during construction. Interested contractors, particularly those holding the relevant Multiple Award Construction Contracts (MACC), should contact Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil or Kristy Gerrek at kristy.gerrek@navy.mil for further details.
N4425525R1506, P273 Bulk Fuel Storage Hydrant System, Naval Air Station Whidbey Island, WA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest, is soliciting proposals for the P273 Bulk Fuel Storage Hydrant System project at Naval Air Station Whidbey Island, Washington. This procurement involves a design-bid-build approach to upgrade the fuel system, with an estimated contract value between $25 million and $100 million, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) process. The project is crucial for enhancing the operational capabilities of the fuel supply facilities at NASWI, ensuring efficient and reliable fuel storage and distribution. Interested contractors must register on the Procurement Integrated Enterprise Environment (PIEE) website and are encouraged to check for amendments on SAM.gov, with proposals due within 730 days of contract award. For inquiries, contact Kathleen Maurer at kathleen.b.maurer.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This Design-Bid-Build project aims to enhance the facility's operational capabilities by rebuilding caisson seats, refurbishing the dock floor, and constructing new utility systems, with a focus on safety and environmental compliance. The modernization is critical for supporting submarine repairs and ensuring the Navy's long-term mission readiness. Interested contractors must submit their proposals electronically by June 6, 2025, with a minimum small business participation requirement of 20% of the contract value. For further inquiries, contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
43--FILTER UNIT,FLUID,P
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure four units of a fluid filter (NSN 7H-4330-200028647) under a presolicitation notice. The procurement involves a delivery term of FOB Origin, and it has been determined that the government does not own the data or rights necessary to purchase or contract repair of this part from additional sources, making it uneconomical to reverse engineer. The filter units are critical components used in various military applications, and interested parties are encouraged to express their interest and capability to meet the government's requirements with a commercial item within 15 days of this notice. For further inquiries, interested vendors can contact Kailyn Muro at (717) 605-1350 or via email at KAILYN.M.MURO.CIV@US.NAVY.MIL.
43--FILTER,FLUID
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to supply fluid filters under the presolicitation notice titled "43--FILTER, FLUID." The procurement involves the delivery of two units of the National Stock Number (NSN) 7H-4330-013815070-X5 to designated distribution centers in New Cumberland, PA, and Tracy, CA, with no restrictions on technical data or manufacturing processes. These filters are critical components used in various military applications, ensuring the effective separation and filtration of fluids. Interested parties can obtain additional specifications and documents through the DoD Single Stock Point or ASSIST-Online, and should direct inquiries to Rebecca Aglow at (717) 605-5721 or via email at REBECCA.AGLOW@NAVY.MIL.
43--FILTER UNIT,FLUID,P
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure six units of a fluid filter (NSN 7H-4330-200028647) as part of a presolicitation notice. The procurement involves a delivery term of FOB Origin, and it has been determined that the government does not own the data or rights necessary to purchase or contract repair of this part from additional sources, making it uneconomical to reverse engineer. This filter unit is critical for maintaining operational efficiency in naval systems, and interested vendors who are not currently approved sources can express their interest by completing a Vendor Interest Form on the NAVSUP Business Opportunities web portal. For further inquiries, interested parties may contact Kailyn Muro at (717) 605-1350 or via email at kailyn.m.muro.civ@us.navy.mil.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring, ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548 for further details.
DOWNDRAFT TABLE
Buyer not available
The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals for the procurement of a downdraft table, specifically the FT80192-IN model from DUALDRAW, intended for use at the Norfolk Naval Shipyard. This requirement aims to enhance worker safety by providing negative pressure ventilation to remove harmful dust and debris, thereby improving air quality and protecting equipment integrity. The contract will be awarded based on the lowest price technically acceptable (LPTA) criteria, with a total small business set-aside to encourage participation from smaller firms. Interested parties must submit their proposals by 9:00 AM EST on May 1, 2025, and can direct inquiries to Steven Treherne at steven.treherne@dla.mil. The solicitation number is SPMYM125Q0076, and all relevant documents will be available electronically on SAM.gov starting April 24, 2025.