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
    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 project 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 estimated contract value ranges from $500,000 to $1 million, emphasizing the importance of enhancing fuel filtration capabilities at a critical military facility. Interested contractors must submit their proposals by May 21, 2025, following a mandatory site visit scheduled for April 8, 2025, and can direct inquiries to Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil or (757) 341-0564.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document is an amendment (0004) to the solicitation N40085-25-R-2655 for the installation of in-line receipt filtration at Naval Station Norfolk, Virginia. Issued by NAVFAC Mid Atlantic, the amendment responds to 29 pre-proposal inquiries from potential contractors, providing clarifications and details essential for submitting proposals. Contractors are instructed to acknowledge receipt of the amendment with their offers, which must adhere to the revised timelines. In this context, the amendment underscores the continuous engagement between government agencies and potential contractors, facilitating a transparent bidding process for federal grants and RFPs. Overall, the document serves to ensure that all parties involved have the necessary information to submit informed and compliant proposals for the project.
    This document serves as an amendment to solicitation N4008525R2655, specifically for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. It is issued by NAVFAC Mid Atlantic and primarily updates terms and conditions in response to inquiries received during the pre-proposal period. Amendment 0005 outlines the responses to specific inquiries numbered 30-31, which are attached as a PDF. Offerors must acknowledge receipt of this amendment by specified methods to ensure their proposals are considered. The document emphasizes that unless otherwise modified, all previous terms of the solicitation remain effective. This amendment process is part of standard federal contracting procedures where modifications to solicitations are made to clarify, answer questions, and provide additional information as needed before the proposal submission deadline, thus fostering transparency and clarity in government procurement operations.
    The document presents an amendment for the solicitation N4008525R2655 regarding the installation of in-line receipt filtration at Naval Station Norfolk, Virginia. Issued by NAVFAC Mid Atlantic, the amendment includes updates based on pre-proposal inquiries, specifically addressing points of clarification for PPI #19 and #31, with additional information provided in an attached document. The urgency of contractors acknowledging receipt of this amendment is highlighted, and the clause specifies that changes may affect submitted offers. Overall, the amendment ensures continued compliance with federal procurement guidelines while supporting the project's transparency and clarity. The document maintains standard government context for Request for Proposals (RFPs) and contractual modifications, emphasizing accuracy in bid submissions and reinforcing adherence to defense procurement practices.
    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.
    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.
    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.
    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.
    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.
    The document outlines a pre-proposal inquiry submission form related to the installation of an in-line receipt filtration system at Naval Station Norfolk, Virginia (RFP N40085-25-R-2655). Key inquiries revolve around design specifications, existing facility conditions, and compliance with federal regulations. Notable responses indicate no lead presence due to construction post-1998, no additional repairs required, and unlined steel pipe acceptance for the new project. Furthermore, questions about potential alarm systems for water slug detection, the use of existing piping, and the fire hydrant's usability for water sourcing were addressed, clarifying that weekend work requires prior approval and imported materials must comply with the "Buy American" act. The document emphasizes contractor responsibilities for compliance with specifications and confirms that no special coatings or inspections beyond standard practices are necessary for the project. This inquiry form serves as a critical communication tool between the government and potential contractors, ensuring clarity and adherence to regulatory requirements in project execution.
    The document is a Pre-Proposal Inquiry Submission Form related to the installation of in-line receipt filtration at Naval Station Norfolk, Virginia. It addresses an inquiry regarding the roles and responsibilities of personnel involved in the project, specifically whether one individual can fulfill multiple key positions: Site Safety and Health Officer (SSHO), Quality Control Manager (QCM), and Superintendent. The response clarifies that while the SSHO can serve as both the QCM and Superintendent, one individual cannot serve as all three roles concurrently. The project requires distinct individuals for the positions of QCM and Superintendent to ensure compliance with specifications outlined in section 01 35 26 para 1.7.3. This inquiry and response are integral to the project’s oversight and quality assurance processes, emphasizing the importance of delineating roles in government contracting for effective project management.
    The document outlines inquiries related to the installation of an in-line receipt filtration system at Naval Station Norfolk, Virginia, under the RFP N40085-25-R-2655. Key inquiries include the cleaning of two existing horizontal coalescers, with specific guidance noted in Sheet CD102 regarding their contents. Additionally, a follow-up question addresses the necessity of a Quality Control (QC) Manager for the project. It confirms that while the Superintendent can fulfill multiple roles, including that of QC Manager and Site Safety and Health Officer (SSHO), a QC Manager is still required for the project as detailed in specification section 01 35 26-1.7.3. This document is crucial for contractors seeking clarity on project requirements and roles, underscoring a focus on compliance with specified standards in government projects.
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    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 fence, with a focus on replacing tank and pipe coatings and repairing existing fence posts. This procurement is critical for maintaining operational readiness and compliance with government regulations, with an estimated contract value between $500,000 and $1,000,000. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested contractors must acknowledge the recent amendment to the solicitation and attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J. Hislop at meghan.j.hislop.civ@us.navy.mil.
    Solicitation - Paint Booth Cover and Filter Removal and Replacement
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting services for the removal and replacement of the outer cover and inlet filters on a retractable/expandable paint booth. The primary objective is to restore the operational status of the paint booth by replacing deteriorated components, including filters for the shot peening machine, using specified materials that comply with safety standards. This procurement is categorized as a Small Business Set Aside under NAICS code 811310, emphasizing the importance of air filtration solutions in maintaining operational efficiency. Interested vendors must submit their quotes by 12:00 PM EST on December 19, 2025, and direct any inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil, with a copy to Jeremy Weible at jeremy.r.weible.civ@us.navy.mil.
    29--FILTER,FLUID
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of fluid filters under the solicitation titled "29--FILTER,FLUID." This procurement involves a total quantity of 422 units of National Stock Number (NSN) 2910015662460, with delivery expected within 30 days after order placement. The filters are critical components used in various military vehicles and equipment, ensuring proper fluid management and operational efficiency. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The contract may result in an Indefinite Delivery Contract (IDC) with a guaranteed minimum quantity of 63 units and an estimated total order value of $350,000, with the solicitation available on the DLA's website.
    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.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is preparing to solicit proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity Norfolk, Virginia. This project aims to construct a permanent modular facility that will provide essential administration and operational spaces for NATO JFCNF, including site preparations, utility tie-ins, and various construction services. The contract, valued between $100 million and $250 million, is expected to be awarded by April 2026, with a completion timeline of 730 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia. This initiative involves transferring ownership and operational responsibilities of the electric distribution utility system to a contractor, who will be tasked with maintaining reliable service, ensuring environmental compliance, and managing all associated costs and capital investments over a potential 50-year contract. The privatization is governed by 10 U.S.C. §2688 and aims to enhance the efficiency and reliability of utility services provided to the Government. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with contact inquiries directed to Andrew Urben at andrew.urben@dla.mil or Brandon Moses at brandon.moses@dla.mil.
    59--FILTER ASSEMBLY,ELE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Filter Assembly, Electronic (ELE). This procurement involves the complete teardown, evaluation, and repair of the specified filter assembly, with a focus on ensuring compliance with military standards and specifications. The repaired items are critical for maintaining operational readiness in naval systems, emphasizing the importance of quality and timely delivery. Interested contractors must submit their proposals, including a firm-fixed price quote and relevant documentation, by the specified deadline, and can direct inquiries to Stephen A. Knox at 717-605-6805 or via email at stephen.a.knox.civ@us.navy.mil.