SOURCES SOUGHT NOTICE AND J&A NOTICE FOR DESIGN-BID-BUILD, P1044, PIER 31 EXTENSION NAVAL SUBMARINE BASE NEW LONDON, CT
ID: N4008524R2503Type: Sources Sought
Overview

Buyer

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

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the Design-Bid-Build project to extend Pier 31 at the Naval Submarine Base in New London, Connecticut. This project aims to enhance the existing infrastructure to support submarine operations, including civil, electrical, mechanical, and structural improvements, with a total estimated contract value of approximately $104.8 million. The initiative is critical for maintaining operational readiness and safety at the naval base, ensuring compliance with environmental regulations and federal standards throughout the construction process. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Permit to Excavate outlines a systematic procedure for obtaining permission to conduct excavation projects. It includes sections detailing the purpose, location, description of excavation, and necessary approvals. Important requirements such as calling "Before You Dig," identifying Navy-owned phone lines, and procedures for excavation in proximity to environmental sites are specified. The permit includes options for approval or disapproval, contingent upon the completion of additional actions. It emphasizes careful excavation practices to prevent damage to underground utilities, mandating hand-digging near known lines, and requiring immediate reporting of any utility damage or findings of unmarked utilities. Additionally, the document stresses compliance with environmental controls, including specific steps to take upon discovering archaeological materials during excavation. Soil reuse protocols are also highlighted, directing excavated soil management based on environmental guidelines. Overall, this permit process aims to ensure safety, accountability, and adherence to regulations during excavation, reflecting the operational standards of federal and state requirements in public works projects.
    The document is an amendment to solicitation N4008524R2503 for a design-bid-build project at the Naval Submarine Base New London in Groton, Connecticut. Its primary purpose is to extend the proposal due date from July 23, 2024, to August 22, 2024, due to requests for additional time from bidders to prepare their submissions adequately. The amendment incorporates two new Federal Acquisition Regulation (FAR) clauses: 52.223-23 on Sustainable Products and Services and 52.226-8 encouraging policies against text messaging while driving. Additionally, it includes responses to pre-proposal inquiries raised by bidders about project timelines and submission requirements. A key aspect is Attachment J, which contains a Site Visit Log. The amendment emphasizes the importance of timely acknowledgment of the changes to avoid rejection of offers, ensuring compliance with protocol for government solicitations. This process is essential for fostering competitive bidding and ensuring contractor preparedness in alignment with established government standards.
    The document outlines Amendment 0002 for the federal solicitation N4008524R2503, specifically regarding the Design-Bid-Build project for the Pier 31 Extension at Naval Submarine Base New London in Groton, Connecticut. This amendment details updates to contract drawings, wage determinations, and responses to pre-proposal inquiries. Key changes include the incorporation of continuation sheets for contract drawings, updates to wage determinations as per Executive Orders, and clarifications addressing contractor inquiries related to bid quantities, construction requirements, and compliance with labor regulations. The document emphasizes the importance of contractors acknowledging receipt of the amendment and adhering to the extended deadlines for proposal submissions. The responses clarify discrepancies in project specifications, ensure compliance with wage standards, and outline responsibilities for demolition and installation tasks. By providing revised pricing forms and specific amendments to drawings, the document aims to facilitate accurate bidding while maintaining alignment with federal contracting requirements. This amendment reflects the government’s commitment to transparency and compliance in the procurement process, essential for successful project execution.
    The document outlines Amendment 0003 to the solicitation N4008524R2503 concerning construction modifications at the Naval Submarine Base New London in Groton, Connecticut. This amendment makes several critical updates, including the integration of responses to pre-proposal inquiries, modifications to contract specifications, and changes to FAR and DFAR provisions. Notably, the requirement for the completion of the demolition of Pier 10 by January 31, 2025, has been removed, with that work now categorized as a bid option. The amendment also provides revisions to work scheduling, including acceptable locations for barge inspections, and clarifications on site demolition details, confirming that existing components will be salvaged or removed according to specified guidelines. Liquidated damages for delays have been set at $10,170.14 per day, reinforcing the importance of adhering to project timelines. By providing updated drawing files and specifying contractual conditions related to small and disadvantaged businesses, this amendment aims to enhance clarity, ensure compliance, and optimize contractor proposals throughout the bidding process.
    This document is an amendment to solicitation N4008524R2503 for a Design-Bid-Build project concerning the Pier 31 Extension at the Naval Submarine Base New London in Groton, Connecticut. The primary purpose of this amendment is to extend the proposal submission deadline from August 22, 2024, to September 5, 2024, and to incorporate various changes and clarifications based on pre-proposal inquiries. Key updates include the provision of additional contract drawings, updated provisions and clauses, responses to submitted questions, and attachments relevant to unit substation schedules and crane weight test areas. The document structure contains sections detailing prior amendments, a summary of changes, the solicitation, representations and certifications, and conditions of the contract. The inclusion of specific attachments aims to provide clarity for contractors regarding expectations and requirements for the project. The amendment underscores the importance of compliance with contractual clauses and timely acknowledgment of changes, which are vital aspects of federal contracting processes. Overall, it reflects the ongoing efforts to facilitate effective procurement and project execution within federal contracting frameworks.
    The document is an amendment to solicitation N4008524R2503 for a construction project at the Naval Submarine Base New London in Groton, Connecticut. It serves to clarify and update the contract by incorporating responses to pre-proposal inquiries, which address issues related to the installation of equipment and environmental compliance, and by providing multiple attachments including technical plans and reports. Specific adjustments include updates on the required sensor for turbidity measurement, contractor responsibilities regarding equipment installation, and the need for environmental permits for dewatering and wastewater discharge. Additionally, attachments such as sediment sampling reports and construction maps relevant to land use restrictions have been provided to ensure compliance with environmental regulations. This amendment maintains the overall contract's terms while clarifying critical points necessary for contractors to successfully bid and execute the project, reflecting the government's efforts to enhance clarity, compliance, and efficiency in the contracting process.
    This document is an amendment to Solicitation Number N4008524R2503 for a Design-Bid-Build project at the Naval Submarine Base New London in Groton, Connecticut. The amendment incorporates several updates, including discussion questions for Offerors in the competitive range and revised instructions regarding proposals, notably eliminating the requirement for a Project Labor Agreement in line with a recent policy change. It adjusts the proposal submission deadline from September 5, 2024, to April 14, 2025. Additionally, it updates several applicable contract clauses and an updated Wage Determination, specifying wage rates and classifications for various labor positions required for the project. Significant changes reflect compliance with federal labor standards, primarily under the Davis-Bacon Act, ensuring that minimum wage and labor regulation requirements are communicated. The document outlines specific guidelines for submissions, including the acknowledgment of the received amendment, while emphasizing the importance of adherence to updated clauses and regulations for successful contract bidding. This amendment highlights the federal government's commitment to transparent procurement processes and adherence to labor standards in large-scale construction projects, ensuring fairness and compliance in contractual obligations.
    The document outlines Amendment 0007 for the solicitation N4008524R2503, concerning a construction project at the Naval Submarine Base in Groton, Connecticut. It specifies updated requirements, including discussions with Offerors in the competitive range, obligations for a Project Labor Agreement (PLA), and new wage determinations in line with federal laws, specifically the Davis-Bacon Act. The amendment details the need for Offerors to submit a signed PLA along with their price proposals to ensure compliance with federal contracting regulations. Additionally, the solicitation response deadline has been extended to July 30, 2025. The wage determination includes revised hourly rates and fringe benefits applicable to various construction trades, reflecting compliance with prevailing wage laws. This amendment emphasizes clear contractor obligations and updated procedural requirements, underscoring the U.S. government's commitment to maintaining contract integrity and fair labor practices in federal projects.
    The document details the approval for a general permit allowing the U.S. Naval Submarine Base New London to discharge treated wastewater from significant industrial users into the Groton Publicly Owned Treatment Works. Issued under Connecticut regulations, it permits up to 490,000 gallons per day of various wastewater types, including fire-fighting training, oily wastewater, vehicle maintenance, and cooling water. Each discharge serial number outlines specific volume limits, sampling requirements, and monitoring responsibilities to ensure compliance and environmental protection. The permit includes provisions for a minor variance for discharges containing nitrates and defines terms for monitoring frequencies and reporting. It emphasizes the importance of maintaining records and complying with conditions laid out in the General Permit for wastewater discharge. The overall aim of the document is to regulate and manage wastewater to minimize environmental impact while permitting necessary operational functions at the naval base.
    The document pertains to a pre-proposal inquiry for the solicitation N4008524R2503, which involves a Design-Bid-Build project for the P1044 Pier 31 extension at the Naval Submarine Base in New London, Connecticut. The primary focus is to seek clarification and submit inquiries regarding the project requirements. The form is structured to capture essential details from the submitting party, including identification of the submitter and contact information. This inquiry is a preliminary step in the bidding process, facilitating communication between contractors and the government to address technical specifications, timelines, and other pertinent project details. Overall, the inquiry submission serves as a mechanism for ensuring bidder preparedness and compliance with the project's extensive requirements, ultimately supporting the successful execution of the construction project.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide provides a comprehensive overview for vendors seeking to engage with the Department of Defense (DoD) via the PIEE platform. It outlines a structured process for self-registering for a user account as a new user or adding roles for existing users. The guide details two primary user roles within the PIEE Solicitation Module: Proposal Manager and Proposal View Only. New users must follow a step-by-step procedure that includes creating a user account, setting security questions, completing user and company profiles, and justifying access to specific roles, with a final confirmation of registration via email. For existing users wishing to adopt additional roles, a simplified process is provided. Support resources are noted, including account administration assistance and technical support options for issues beyond the scope of internal help. The guide also features a Roles and Actions Matrix, clarifying the capabilities associated with each user role, underscoring the system’s aim to streamline the management and submission of solicitations and enhance communication between the DoD and industry providers. This document is essential for ensuring participation in government procurement processes, fostering accountability and efficiency in vendor interactions.
    The document outlines the requirements for submitting a Construction Experience Project Data Sheet associated with the Design-Bid-Build project, Pier 31 Extension, in New London, Connecticut. It is part of the federal RFP (Request for Proposal) N40085-24-R-2503. Offerors need to provide detailed information about their construction experience, including firm details, role in the project (prime contractor, subcontractor, etc.), contract specifics, award and completion dates, type of work performed, and project relevance. It also requests the award amount and final price, alongside descriptions of the project and work self-performed. The structure indicates a focus on past project performance as a key criterion for evaluation, which is common in government bids to ensure capable staffing and expertise. This RFP aims to procure qualified contractors for the construction tasks involved in this project, emphasizing a rigorous evaluation of prior experience to meet project requirements effectively.
    The document outlines the requirements and procedures for proposing on the upcoming "Design-Bid-Build, Pier 31 Extension" project (N40085-24-R-2503) in New London, Connecticut. It specifies that all evaluations must utilize the NAVFAC Past Performance Questionnaire (PPQ) and emphasizes the importance of submitting completed questionnaires or Contractor Performance Assessment Reporting System (CPARS) evaluations. Offerors are instructed to ensure that client contacts are accessible for timely submission and to comply with various requirements for performance ratings, summarizing performance from excellent to unsatisfactory based on defined criteria. These include quality of work, adherence to schedules, customer satisfaction, and safety measures. The purpose of the document aims to ensure a standardized approach for assessing contractor past performance, fostering effective and accountable project execution in line with government contracting mandates while facilitating a thorough evaluation of proposals. Thus, it serves as an essential guideline for contractors pursuing federal contracts, focusing on performance history evaluations as part of the bidding process.
    The document outlines the requirements for completing Attachment E of the Design-Bid-Build project P1044, Pier 31 Extension in New London, Connecticut (RFP N40085-24-R-2503). It mandates that all offerors, both large and small businesses, provide detailed information about their historical small business utilization to evaluate Factor 5, Small Business Utilization and Participation. Each offeror must document project details, including contract numbers, dollar values for total project and subcontracted values, and any subcontracting plans, while distinguishing between small business concerns and large business concerns in their financial breakdowns. Unmet goals and explanations for any lack of small business subcontracting achievements must be detailed where necessary. By standardizing this reporting, the document emphasizes transparency and accountability in subcontracting practices, promoting participation from small businesses in government contracts, which aligns with federal initiatives to enhance small business engagement in public procurement. The structured format ensures clarity and uniformity across submissions, ultimately supporting strategic evaluations by government agencies.
    The document outlines the Small Business Participation Commitment Document (SBPCD) for the Design-Bid-Build project, Pier 31 Extension, located in New London, Connecticut (RFP N40085-24-R-2503). It requires all offerors, both large and small businesses, to commit to a minimum 20% participation of small businesses in the contracting process. The SBPCD must be completed in a prescribed format, ensuring all information is presented for evaluation of small business utilization. Offerors must indicate their business size and check relevant socio-economic categories if applicable. A breakdown of contract values must be provided alongside a table for listing small businesses with firm commitments, detailing their roles and the nature of these commitments. Additionally, if the 20% participation threshold is not met, a rationale is required, explaining the lack of commitments or intentions for self-performance. This document serves as a vital tool for ensuring compliance with federal requirements aimed at promoting small business engagement in government contracts. Overall, it emphasizes the importance of fostering small business involvement in federal projects to enhance diversity and economic opportunity.
    The document presents the Individual Small Business Subcontracting Plan (ISBSP) for the Design-Bid-Build project at Pier 31 Extension in New London, Connecticut, in compliance with the Federal Acquisition Regulations (FAR). It outlines requirements for large businesses to establish subcontracting goals aimed at ensuring small business participation, including categories such as Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), and HUBZone Businesses. The plan includes sections for detailing contract values, subcontracting goals, and the products/services to be subcontracted. It specifies how subcontracting goals were determined, methods for identifying potential small business sources, and administrative responsibilities for monitoring performance. The plan mandates outreach efforts to engage small businesses and requires periodic reporting to assess compliance with subcontracting commitments. The contractor is obliged to foster equitable opportunities for small businesses, maintain accurate records, and ensure on-time payments to subcontractors. This comprehensive approach highlights the government's commitment to supporting small business participation in federal contracting, reinforcing economic diversity and inclusion.
    The document outlines the price proposal requirements for the FY23 MCON P-1044 project, focusing on the Submarine Pier 31 Extension at the Naval Submarine Base in Groton, CT. It details various Contract Line Items (CLINs) including base pricing for construction work, dredging, disposal of materials, and other related tasks. Each CLIN specifies the work required, unit prices, and estimated quantities necessary for contractors to complete their proposals. The pricing structure includes several options for additional work (CLIN 0002 to 0006), such as demolition and the installation of systems, which will only be awarded under certain conditions. The instructions emphasize the need for precise bids and outline consequences for incomplete proposals. The overarching goal is to ensure transparency and compliance in the procurement process, enabling the government to assess bids effectively while managing contractor accountability. This document is part of the federal RFP framework aimed at securing contractor services for infrastructure development and maintenance projects.
    The document outlines specifications for a Commercial Vehicle Gate and Entrance Pass and ID Office located in building B135. The main focus is on the design and implementation requirements for security measures concerning commercial vehicle access. This includes the installation of gates, access control systems, and identification verification processes to enhance security protocols at the facility. Additionally, the document likely addresses the procedural elements, outlining the application process for potential contractors or vendors interested in responding to the Request for Proposals (RFP). Overall, the document serves to inform stakeholders about the expectations and framework surrounding the security infrastructure needed to control vehicle access and the issuance of IDs at the site.
    The document outlines environmental restoration sites at the Naval Submarine Base in New London, Groton, Connecticut, identifying various sites and zones, along with corresponding land use controls (LUCs). It provides a map detailing site and zone boundaries, as well as the location of roads, streams, and buildings within the facility. Different areas are categorized based on the type of LUCs applicable, including those addressing sediment, groundwater, and soil contamination. The document emphasizes the need for remediation efforts and ongoing monitoring under both state and federal regulations. It highlights the purpose of the restoration program and the significance of establishing LUCs to ensure environmental safety and compliance for the areas designated for repair or mitigation of contamination. This information is relevant for stakeholders involved in federal grants and RFPs focused on environmental management and compliance, contributing to informed decision-making for restoration initiatives.
    The P-1044 Submarine Pier 31 Extension project at the Naval Submarine Base New London in Groton, Connecticut, aims to enhance the existing infrastructure for supporting submarine operations. The project's scope includes civil, electrical, mechanical, and structural improvements, with details outlined in comprehensive documentation, including site plans, demolition plans, and utility installation. Key deliverables consist of extending the pier, upgrading security features, and incorporating environmental considerations, such as erosion control. The plans reflect thorough assessments and compliance with Navy standards, ensuring safety and operational efficiency during construction. Project management is under the Navy Facilities Engineering Systems Command, with all work needing prior inspection for safety and security. This initiative underscores the Navy's commitment to maintaining robust maritime facilities while addressing modern operational requirements.
    The document outlines the electrical infrastructure plan for the P1044 Submarine Pier 31 Extension as part of the Naval Submarine Base New London project. Key components include the installation of 15KV, 600A deadbreak elbow connectors, fault interrupters, and load interrupters, all connected to the main substation B-463. The existing equipment, such as a 4-way primary switch and transformers, will undergo demolition and replacement as needed. Additionally, the plan specifies requirements for grounding systems, surge arresters, and conduit installations to ensure safety and compliance. Critical details about spare conduits for future metering and grounding specifications are also provided. The outline emphasizes coordination with relevant safety standards and future system enhancements, signifying the project's critical role in supporting naval operations. This infrastructure upgrade reflects the government's commitment to maintaining advanced capabilities while adhering to federal regulations and standards.
    The Sediment Sampling and Testing Results Report details the assessment of sediments from the Thames River near the Naval Submarine Base New London for the replacement of Pier 32. Conducted in January 2014, the sampling and analysis aimed to characterize the quality of sediment designated for dredging and disposal in a Confined Aquatic Disposal (CAD) cell. An estimated total of 50,000 cubic yards of sediment will be dredged to ensure adequate berthing for submarines. Sediment quality was evaluated for physical and chemical properties, including grain size distribution and various pollutants such as metals, polycyclic aromatic hydrocarbons (PAHs), polychlorinated biphenyls (PCBs), and pesticides against established sediment quality guidelines. Results indicated variable sediment composition, predominantly consisting of silt and clay, with the presence of some contaminants exceeding NOAA's Effects Range Median (ERM) particularly in upper sediment layers. The findings suggest that while the pier area sediments contain moderate pollutant concentrations, deeper layers could potentially serve as suitable capping material for the CAD cell. Overall, this study supports compliance with environmental regulations and informs necessary permitting processes under the National Environmental Policy Act (NEPA) for the project’s implementation, reinforcing the Navy's commitment to safe operational practices.
    The document details a map generated for the U.S. Navy GeoReadiness Program, featuring a distribution of Controlled Unclassified Information (CUI) that may include Department of Defense Critical Infrastructure Security Information (DCRIT). It outlines specific graphic elements such as sample points, land use controls, and installation restoration program sites. The map, created on August 23, 2024, provides data sourced from various geographic information systems, emphasizing its security regulations concerning distribution and dissemination. Access is restricted to Department of Defense personnel and contractors, with an emphasis on secure handling, reproduction, and potential public release contingent upon security assessments. The document serves to support the Navy's operational readiness and security while adhering to strict protocols of information control and management. This summary underlines the importance of the GeoReadiness Program in relation to the Navy's infrastructure management and security measures.
    The document outlines guidelines and controls for a map generated as part of the U.S. Navy GeoReadiness Program. It includes essential symbols and data points for installations, land use controls, and restoration programs, along with geographic information derived from various sources. The document is classified as Controlled Unclassified Information (CUI) and contains Department of Defense Critical Infrastructure Security information (DCRIT), necessitating strict distribution controls limited to authorized personnel within the Department of Defense and its contractors. Additionally, it specifies that any requests for broader access must be directed to specific operational security authorities. The map’s data may change over time, emphasizing the importance of adhering to guidelines regarding reproduction and dissemination to ensure security compliance. Overall, the document serves to manage and safeguard sensitive geographic and installation-related information pertinent to the U.S. Navy’s operational readiness and security measures.
    The document appears to consist of timestamps and identifiers for a communication involving James E. Donahue, R.A., recorded on August 15, 2024. It includes two time logs featuring the same individual, suggesting a process of documentation related to his professional duties or obligations. However, the specific context or content around these timestamps—such as the purpose or significance of the communication—remains unclear due to the absence of detailed information. As such, the document does not provide any substantive insights into federal RFPs, grants, or state and local solicitations within the framework of government processes. It seems more administrative in nature, lacking a clear topic or elaboration on relevant topics. Without additional context, it is challenging to ascertain its relevance to broader government operations or initiatives.
    The Department of the Navy's Naval Facilities Engineering Command is seeking approval to use Kinney Electric as the sole manufacturer for electrical equipment in the extension of Pier 31 at Naval Submarine Base New London, CT. This project aims to enhance the operational capacity for berthing Block V Virginia Class submarines by expanding existing electrical substations to provide necessary power outlets. Due to past compatibility issues during similar expansions, it is crucial to maintain uniformity in equipment to prevent potential power failures for the submarines. The contract, set to be funded through FY24 MILCON funds, is anticipated to be completed within 803 days post-award. Statutory authority for this sole source choice is based on the need for compatibility with existing equipment under 10 U.S.C. 3204(a)(1). Despite seeking proposals from other sources through public notices on SAM.gov, no viable alternatives were received. The contracting officer will determine fair pricing before the contract award. Current plans do not include future competitive sourcing for these types of supplies unless new sources are identified. This justification emphasizes not only the immediate requirements of the project but also the importance of maintaining operational readiness for the fleet.
    The document outlines the price proposal form for the MCON P-1044 project, involving the extension of Submarine Pier 31 at Naval Submarine Base New London in Groton, CT. It details various contract line items and bid options, including a base price (Line Item 0001) that encompasses the entire scope of work for the extension, excluding specific tasks denoted in subsequent items. Key tasks include dredging, installation of steel pipe piles, disposal of contaminated soil, and compliance with environmental regulations. Bidders are required to provide unit prices for multiple tasks and general bid notes emphasize the need for clarity and accuracy in proposals. The government reserves the right to award options within a specified period post-contract signing, and unbalanced offers can be deemed nonresponsive. Overall, the document serves as a formal invitation for bids, aiming to facilitate the extension and improvement of critical naval infrastructure in adherence to government regulations.
    The document outlines the price proposal form for the construction of the Submarine Pier 31 Extension at the Naval Submarine Base New London, CT, under project no. 1683671. It provides detailed line items for bidding, including base price and various options for construction and demolition work. The base price encompasses complete work for the pier extension, while additional line items cover specific tasks such as dredging, disposal of soil, mitigation of obstructions, and groundwater treatment. Each line item specifies the materials, unit prices, and quantities allowed, with a focus on adherence to environmental standards addressing soil contamination. Costs for additional options, including demolition of adjacent piers and construction of fender systems, are also presented. The document emphasizes that final negotiations and adjustments may occur based on actual quantities performed, and options may or may not be exercised at the government's discretion. Overall, this proposal is part of a structured RFP process, demonstrating meticulous considerations for project execution, environmental compliance, and financial accountability in a government context.
    The document outlines plans for the extension of Pier 31 and related security measures at Naval Station Norfolk and Naval Submarine Base New London. It features a detailed layout of various existing and relocated buoys along the waterfront, including coordinates for precise positioning. Key components include the relocation of floating security barriers and the existing concrete boom anchor block, as part of a broader strategy to enhance maritime security and traffic management in the area. The document references earlier construction details, safety protocols, and incorporates updates based on previous reports. Ultimately, this planning aims to optimize safety and operational efficiency for naval operations along the Thames River, demonstrating the government’s commitment to maintaining secure naval facilities and ensuring compliance with established engineering and environmental standards.
    The FY23 MCON P-1044 project for the Submarine Pier 31 Extension at Naval Submarine Base New London involves a comprehensive range of construction activities structured into Contract Line Items (CLINs). The main work includes the extension of the pier, dredging, installation of steel pipe piles, dynamic load tests, and necessary environmental compliance actions, with specific prices detailed for each task. Key elements include the dredging and disposal of material, mitigation of obstructions, handling contaminated soils, and dewatering processes, all under precise conditions outlined in the bid specifications. The government seeks bids for a total value of approximately $104,796,928, with additional optional contracts for the demolition of Pier 10 and Pier 17 stub, dredging, and other related construction tasks. Bidders must adhere to regulations and may face rejection of nonresponsive proposals. The bid evaluation will include the total costs for basic and optional schedules, while the contract stipulates strict compliance with environmental regulations and engineering standards. This project illustrates the government's commitment to infrastructure development while ensuring safety and environmental protection.
    The document contains timestamps attributed to James E. Donahue, R.A., recorded on August 20, 2024. It primarily serves as a log of activities or communications, but lacks significant content or context related to federal government RFPs, grants, or specific projects. The absence of detailed information prevents further elaboration on any proposals or application processes typically associated with government requests. Overall, the file appears to be a brief record without substantial attributes that could contribute to a comprehensive understanding of government contracting or funding activities. This suggests a need for additional documentation to provide clarity on any related governmental initiatives or objectives.
    The document presents a Request for Proposals (RFP) for the design-bid-build construction of the Pier 31 Extension at the Naval Submarine Base New London in Groton, Connecticut. This large-scale construction project, estimated to cost between $100 million to $250 million, requires compliance with various federal regulations and labor agreements. Interested contractors must submit a signed Project Labor Agreement with their proposals and fulfill bonding requirements. The evaluation process emphasizes technical merit alongside pricing, focusing on corporate experience, management approach, safety standards, past performance, and small business participation. Key submission requirements include separate price and non-price proposals, completion of specified forms, and documentation of past projects relevant to the solicitation. Offerors must demonstrate a commitment to small businesses, aiming for at least 20% participation. Proposals are due by July 23, 2024, with site visits scheduled in June. Evaluations will consider both price and non-price factors, prioritizing technical details in line with the project’s complexity and safety protocols. This RFP illustrates the government’s emphasis on quality construction and community engagement, making it essential for contractors to showcase relevant experience and past performance while ensuring compliance with safety and labor regulations.
    The Naval Facilities Engineering Command Atlantic is initiating a comprehensive replacement project for Pier 31. The scope includes various engineering specifications, site plans, and utility layouts essential for the pier's construction and infrastructure updates. Key documents outline demolition strategies, hazardous materials assessments, borings, mechanical and electrical system plans, and specific construction details such as lift station and piping plans. The project aims to modernize and enhance the pier's operational capabilities while ensuring compliance with safety and environmental standards. Particular attention is given to utility connections, mechanical equipment locations, and electrical systems to streamline operations. This replacement initiative is critical for maintaining the functionality and safety of naval operations at Pier 31, reflecting the federal government's ongoing commitment to infrastructure modernization and operational efficiency.
    The document pertains to Project P-1044, which involves the extension of Submarine Pier 31 at the Naval Submarine Base in New London, Groton, CT. It includes reference drawings of Marginal Wharf, specifically detailing Pier 17 with corresponding document identifiers (D-268, D-270, D-271). These drawings are likely critical for contractors or engineers involved in the project, providing essential visual information for planning and construction. Although the file emphasizes the drawings, it implies the project’s significance in enhancing naval operations or infrastructure. Thus, it highlights the ongoing federal investment and commitment to supporting military facilities through strategic improvements.
    The document details the Temporary Environmental Controls and General Permit for Miscellaneous Discharges of Sewer Compatible Wastewater associated with the Submarine Pier 31 Extension project at Naval Submarine Base New London in Groton, CT. It outlines the authorization process for discharging various categories of wastewater, including registration requirements, effluent limits, monitoring obligations, and associated fees. The permit establishes specific thresholds for different discharge group flows, mandates compliance with environmental standards, and necessitates monitoring to ensure pollutants do not exceed acceptable levels. The structured guidelines aim to protect public health and the environment, emphasizing adherence to local regulations and best management practices. Effective management is critical for the success of the authorized activities, ensuring minimal environmental impact during operations at the submarine base.
    The document pertains to Project No. P-1044, focusing on the extension of Submarine Pier 31 at the Naval Submarine Base in New London, Groton, Connecticut. This section, titled Appendix C, includes essential environmental permits and certificates necessary for the project’s progression. It details the Water Quality Certificate and Federal Consistency Concurrence documentation, which are prerequisites for ensuring compliance with environmental regulations. Additionally, it references a Memorandum for Record (MFR) and outlines conditions that must be incorporated into the permit, including specific statements and special conditions. The S408 Permit Application Request is also mentioned, highlighting the structured approach to obtaining required approvals for this infrastructural development. This documentation reflects the rigor involved in federal and state compliance processes related to significant construction projects at military installations, reinforcing the commitment to environmental stewardship while facilitating operational enhancements.
    Wilcox & Barton, Inc. conducted a Hazardous Materials Survey at the Naval Submarine Base in Groton, CT, focusing on Piers 10, 17 Stub, and 32, as part of the replacement of SSN Berthing Pier 32. The report identifies and evaluates the presence of asbestos-containing materials (ACM), lead-based paint, polychlorinated biphenyl (PCB)-containing materials, and mercury-containing devices. The survey revealed no detectable asbestos in samples analyzed, but lead was found in several paint systems, exceeding the 0.5% threshold in some instances, which necessitates compliance with OSHA worker protection standards during any renovation or demolition work. PCBs were not found, while potential mercury-containing devices were visually identified, requiring safe handling and disposal. Recommendations include adhering to state and federal safety regulations during construction and ensuring proper notification and management of hazardous materials. The report emphasizes that any hidden ACM discovered in future activities must be tested, with appropriate measures taken to prevent exposure. Limitations of the survey are noted, with some areas remaining inaccessible for inspection. This document is essential for ensuring compliance with environmental safety standards during upcoming construction activities at the base.
    The document outlines the Pre-Dredge Sediment Sampling and Analysis Plan Report for the Submarine Pier 31 Extension project at the Naval Submarine Base New London in Groton, CT. The primary goal is to support environmental permitting for dredging activities necessary to accommodate new Virginia-class submarines, which require a deeper and extended pier. Approximately 51,900 cubic yards of material will be removed to maintain safe navigation and berthing conditions. The sampling plan involved collecting sediment from multiple locations to determine the physical and chemical characteristics, ensuring compliance with federal and state water quality standards. Results indicated presence of multiple contaminants, with some exceeding NOAA's Effects Range-Low (ERL) values, yet falling below Effects Range-Median (ERM) values. These findings have implications for whether dredged material could be used as capping for the Thames River’s confined aquatic disposal (CAD) cell. The Connecticut Department of Energy and Environmental Protection (CT DEEP) will evaluate the sampling results to decide on sediment suitability for disposal or capping. Key methodologies adhered to EPA and Army Corps of Engineers guidelines to ensure data validity and quality control for environmental safeguarding during the project.
    The Stormwater Management Plan (SWMP) for the Naval Submarine Base New London (SUBASENLON) aims to comply with the MS4 General Permit and protect local water quality by reducing stormwater pollution. The document outlines various Minimum Control Measures (MCMs) that include Public Education and Outreach, Illicit Discharge Detection and Elimination, Construction Site Stormwater Runoff Control, Post-Construction Stormwater Management, and Pollution Prevention/Good Housekeeping. Key points include the facility's commitment to public education regarding stormwater pollution, the establishment of a reporting system for illicit discharges, and protocols for monitoring and maintaining stormwater systems. The SWMP emphasizes the importance of community involvement and cooperation with local organizations to enhance stormwater management efforts. Furthermore, the SWMP contains specific schedules for implementing these measures, documentation requirements, and oversight responsibilities designated to various departments. This strategic plan reflects a proactive approach to addressing environmental regulations and improving overall watershed health within the Thames River area surrounding the base. By implementing these measures, SUBASENLON seeks to mitigate negative impacts on local water quality and comply with federal and state regulations.
    The P-1044 Submarine Pier 31 Extension project at the Naval Submarine Base in Groton, CT, includes a comprehensive Stormwater Management Plan governed by the General Permit for the Discharge of Stormwater from Small Municipal Separate Storm Sewer Systems. This permit, effective from July 1, 2017, establishes protocols for managing stormwater discharges, ensuring compliance with Connecticut's water quality standards. The plan mandates registration by municipalities or state/federal institutions, detailing their responsibilities in implementing Best Management Practices (BMPs) for pollution reduction. Key components of the permit include requirements for public education, illicit discharge detection, construction site stormwater runoff control, and reporting obligations for stormwater management activities. The permit also outlines regulations concerning discharges to high-quality and impaired waters, as well as protections for critical areas like aquifer protection zones. Compliance involves maintaining a detailed Stormwater Management Plan, public participation, and regular reporting to the Connecticut Department of Energy & Environmental Protection (DEEP). Overall, this initiative reflects a structured approach to manage stormwater effectively and mitigate environmental impacts while adhering to state regulations.
    The document outlines the specifications and bill of materials for the Pier 31 Extension project at the Naval Submarine Base in Groton, CT. It details various electrical components necessary for the construction and upgrade of the submarine pier’s electrical systems, including transformers, circuit breakers, automatic transfer switches, relays, push buttons, and emergency lighting units. Each component is cataloged with its designated quantity, manufacturer, part number, and description. The document serves as a comprehensive guide for contractors and suppliers, providing essential information to facilitate procurement and ensure compliance with electrical standards and safety regulations. The aim of this project is to enhance the electrical infrastructure supporting naval operations, reflecting the federal government's commitment to maintaining operational readiness and safety at military facilities.
    The P-1044 Submarine Pier 31 Extension project at the New London Submarine Base in Groton, CT, entails significant construction activities, including the demolition of existing piers and the construction of a new pier extension and crane weight test area. The project specifications emphasize compliance with safety, quality control, and environmental management requirements, while coordinating with ongoing operations of adjacent piers. The document details the General Requirements, including scheduling, existing work protection, utility management, and administrative procedures. The contractor is held accountable for salvaging materials and managing daily operations around occupied buildings and sensitive areas. Emphasis is placed on meeting strict timelines, with demolition activities targeted for completion by January 31, 2025. Payment procedures require detailed Earned Value Reports and adherence to established invoicing protocols. The use of the Electronic Construction and Facility Support Contract Management System (eCMS) is mandated for document management. The project highlights the federal government's commitment to maintaining operational readiness at strategic military facilities while ensuring adherence to regulatory and safety standards.
    SUBASENLONINST 5090.25B outlines environmental compliance requirements for Navy installations, emphasizing adherence to federal, state, and local regulations. The document serves as a directive to ensure that installations establish and implement environmental programs that reflect best practices for sustainability and pollution prevention. Key areas include waste management, resource conservation, and environmental training for personnel. The structure of the instruction provides detailed guidance on assessment protocols, lifecycle management of hazardous materials, and methods for monitoring compliance. Additionally, it stresses the importance of engaging with community stakeholders to promote collaborative efforts in environmental stewardship. This instruction showcases the Navy's commitment to maintaining environmental integrity while fulfilling operational missions.
    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.
    Design Build – NAPS Looney Plaza Replacement, NAVAL STATION NEWPORT, NEWPORT, RI.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design and construction of the Looney Plaza Replacement at Naval Station Newport, Rhode Island. The project involves the demolition of the existing brick paver and quartz tile system and the installation of a new concrete plaza designed to eliminate trip hazards and provide a safe muster area for Naval Academy Preparatory School (NAPS) students, while adhering to Low Impact Development (LID) strategies for stormwater management. This opportunity is part of a Local Area Set-Aside and is reserved for qualified contractors under the Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the New London, CT/Newport, RI areas. Interested parties should contact Stefan Nassaney at stefan.nassaney@navy.mil or call 401-841-4443 for further details, with proposals due by December 18, 2025.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while maintaining power to the facility, with a completion deadline set for December 31, 2026. This procurement is a Total Small Business Set-Aside, with an estimated value between $1,000,000 and $5,000,000, and includes requirements for performance and payment bonds. Interested parties must submit bids by January 6, 2026, and can contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems that support nuclear-powered submarines and associated facilities, involving significant upgrades to power distribution, energy storage, and water infrastructure. This initiative is critical for ensuring the operational reliability and resiliency of essential military utilities. Proposals are due by February 10, 2026, with a mandatory site visit scheduled for December 16, 2025, requiring prior security clearance and proof of U.S. citizenship. Interested parties can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    Notice of Intent to Sole Source - Submarine Safety Rail (Flying Bridge) Stanchions
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, intends to award a sole source contract to GK Mechanical Systems LLC for the manufacture of submarine safety rail stanchions, essential components for the Naval Submarine Support Facility at SUB BASE New London, CT. The contract will require the production and delivery of specific parts, including two units of part number 26-1240-03, twelve units of part number 20-1232-02, and six units of part number 22-1246-14, all conforming to GK Mechanical Drawings, with delivery expected to be completed by August 14, 2026. This procurement is critical for maintaining the safety and operational readiness of submarine operations, and interested parties may submit capability statements by 5:00 PM EST on January 6, 2026, to the designated contacts at the Navy.