PROVIDE BACKUP POWER FOR STORMWATER REMOVAL PUMPS, BLDG 304, DAM NECK ANNEX
ID: N4008524R2806Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
  1. 1
    Posted Aug 13, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the installation of backup power systems for stormwater removal pumps at Building 304, Dam Neck Annex, Virginia Beach, Virginia. The project involves the installation of a new Standby Diesel Generator and an Automatic Transfer Switch to ensure operational integrity during power outages at two pump stations. This initiative is critical for enhancing the resilience of stormwater management systems, particularly during adverse weather conditions. Proposals are due by September 6, 2024, at 2:00 PM, and interested contractors should contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 3:04 PM UTC
The document outlines the Request for Proposal (RFP) for providing backup power to stormwater removal pumps at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. It is prepared by NAVFAC Mid-Atlantic and includes detailed requirements for project execution, divided into multiple sections such as general requirements, statement of work, specifications, and responsibilities of the contractor. Key aspects include the need for a Quality Control (QC) program, safety measures aligning with federal guidelines, and adherence to accessibility and environmental regulations. The contractor is responsible for budget management, obtaining necessary permits, and ensuring thorough communication throughout the project lifecycle. Additionally, the document emphasizes the importance of protecting existing government property and compliance with security protocols within the military installation. The summary conveys that this RFP is part of federal initiatives aimed at enhancing infrastructure resilience, showcasing the government's commitment to environmental management and public safety through systematic planning and execution of construction projects.
Apr 4, 2025, 3:04 PM UTC
This document outlines Amendment 0001 to Solicitation N40085-24-R-2806, which pertains to the provision of backup power for stormwater removal pumps at Building 304, Dam Neck Annex. Issued by NAVFAC Mid Atlantic, the amendment confirms that the proposal due date remains unchanged, with submissions due by 06 September 2024 at 2:00 PM. The amendment communicates the issuance of the Site Visit Sign In Sheet and provides information about a DoDSafe link sent to contractors that contains critical project files. Notably, the attachment includes the Site Visit Sheet and sets out administrative changes but maintains that all other terms and conditions remain in effect. This amendment facilitates continued collaboration between the contractor and the issuing office while ensuring transparency in the bidding process. It emphasizes the importance of prompt acknowledgment from bidders to validate their submissions in accordance with government regulations for RFPs.
Apr 4, 2025, 3:04 PM UTC
This document serves as the Amendment 0002 for Solicitation N40085-24-R-2806, which involves providing backup power for stormwater removal pumps at Building 304, Dam Neck Annex. The amendment, effective August 27, 2024, does not alter the proposal due date, which remains September 6, 2024, at 2:00 PM. Key updates include the issuance of site visit pictures via a DoDSafe link, which has been distributed to all contractors and contains ten images. Additionally, it maintains all unchanged terms and conditions of the original solicitation. The document emphasizes the importance of acknowledgment of this amendment by the contractors to avoid any risk of offer rejection due to unreceived communications. Overall, this summary reflects the procedural steps necessary for contractors to comply with the latest updates regarding their proposals and required documentation.
Apr 4, 2025, 3:04 PM UTC
The document is an amendment to solicitation N40085-24-R-2806, regarding the provision of backup power for stormwater removal pumps at Building 304, Dam Neck Annex. The amendment, designated as 0003, was issued by NAVFAC Mid Atlantic, with a primary purpose of releasing PPI (Price Proposal Information) responses. Importantly, this amendment states that there is no change to the due date for proposals, which remains set for 06 September 2024 at 2:00 PM. Contractors are reminded to acknowledge this amendment either by submitting it with their proposals or by other specified methods, as failure to do so may result in the rejection of their offer. The document highlights administrative adjustments in accordance with federal regulations while maintaining the integrity and unchanged terms of the original solicitation. The attached responses provide further clarification on requests for information. Overall, this amendment serves to ensure all potential contractors are informed of the latest updates and requirements related to the solicitation in question.
Apr 4, 2025, 3:04 PM UTC
This document is an amendment to solicitation N40085-24-R-2806, which pertains to providing backup power for stormwater removal pumps at Building 304, Dam Neck Annex. Amendment 0004, effective August 29, 2024, clarifies that the proposal due date remains unchanged at September 6, 2024, at 2:00 PM. No alterations have been made to the solicitation's primary terms and conditions, ensuring the original document stays in full effect. Additionally, the amendment includes a response to the proposal performance initiative (PPI), reflecting the necessary updates made to the solicitation. It also outlines the acknowledgment requirements for contractors, emphasizing the importance of submitting modifications or responses to the amendment. The amendment's purpose is to provide essential updates that will guide contractors in submitting their proposals effectively while maintaining compliance with the solicitation's original stipulations.
Apr 4, 2025, 3:04 PM UTC
This document is an amendment to a solicitation (N40085-24-R-2806) for the provision of backup power for stormwater removal pumps at Building 304, Dam Neck Annex. The main purpose of this amendment is to extend the proposal submission deadline to April 18, 2025, at 2:00 PM and to provide a new Wage Determination. It includes updated wage rates based on the Davis-Bacon Act for various construction classifications in Virginia Beach, VA, as of February 28, 2025. The document outlines applicable minimum wage rates under Executive Orders 14026 and 13658, depending on when the contract is entered into or extended. Furthermore, it details various labor classifications and corresponding wage rates, ensuring compliance with contractor worker protections. The amendment reiterates that all other terms and conditions of the solicitation remain unchanged. This document is crucial for potential contractors to adhere to wage and compliance requirements while preparing their proposals in response to the federal RFP.
Apr 4, 2025, 3:04 PM UTC
The document is related to a Request for Proposal (RFP) for providing backup power for stormwater removal pumps at Building 304 in the Dam Neck Annex. The solicitation is numbered N4008524R2806, with a proposal submission deadline set for August 26, 2024. The purpose of this RFP is to solicit qualified vendors who can deliver reliable backup power solutions, ensuring the operational integrity of stormwater management systems in the specified facility. The document includes references to the proposal process, indicating sections for questions and responses, though specific details on requirements, criteria, and evaluation methods are not explicitly provided in the extracted text. It outlines a structured approach to vendor engagement and highlights the importance of maintaining service continuity during storms and adverse weather events. Overall, this RFP exemplifies a governmental effort to enhance infrastructure resilience through effective project planning and execution.
Apr 4, 2025, 3:04 PM UTC
The document outlines requirements regarding backup power provisions for stormwater removal pumps located in Building 304 at the Dam Neck Annex, as part of solicitation N4008524R2806. It highlights uncertainties regarding the specific panels feeding the Range Panel for Pump Stations A and B, indicating the panels are unknown and supplemental drawings may not correspond with onsite conditions. Additionally, it outlines a gap in the scope of work pertaining to generator specifications, emphasizing that details such as kW size, runtime on the tank, ATS amps, and enclosure type must be determined by the Electrical Designated Officer Representative (DOR). Overall, the document serves as a response template for inquiries related to the solicitation, reflecting typical government RFP processes that seek clarification and ensure compliance with necessary specifications for electrical infrastructure developments.
Apr 4, 2025, 3:04 PM UTC
The document outlines the access protocols for NAS Oceana (NASO) and Dam Neck Annex (DNA), including details on accessing the Flight Line and the DEVGRU compound. Individuals requiring access must complete specific Excel spreadsheets or Word documents, depending on their purpose, and submit them via email to designated NAVFAC addresses, as faxes are no longer accepted. A thorough background screening will be conducted, and appeals for denied access are unlikely to succeed. The spreadsheet requires essential information about access dates, company details, and flight line access requirements. In addition, vehicle access requests necessitate a detailed justification for vehicle use. For DEVGRU access, individuals must already possess NASO/DNA authorization and provide detailed information on the access form which must be submitted to specific contacts. The document emphasizes adherence to specified procedures to ensure timely processing and security clearance. It serves as a crucial guideline for contractors and NAVFAC employees navigating access requests to sensitive military installations, reflecting the importance of procedural compliance in federal operations.
Apr 4, 2025, 3:04 PM UTC
The document outlines essential data requirements for a government form associated with various federal requests for proposals (RFPs), grants, and state/local RFPs. It specifies mandatory fields including personal information of individuals involved (last name, first name, middle name), facility and company details, sponsor information, and access hours. Important contact information such as sponsor email and phone number is also requested. Additionally, it includes technical codes and checks such as NASO/DNA, NFML NASO, and flight line status (Yes/No), indicating possible priorities in managing or executing the proposals or grants. The format underscores the importance of standardized data collection to facilitate the processing and management of federal and state funding initiatives. Overall, this document acts as a structured template aimed at ensuring that all necessary information is collected efficiently to support government operations related to funding opportunities.
Apr 4, 2025, 3:04 PM UTC
The document outlines a government Request for Proposal (RFP) related to a project involving a prime contractor. It includes essential details such as project duration, personal information of the contractor, and their citizenship status. The purpose of the document is to facilitate the bidding process for a federal or state/local project by gathering necessary information about potential contractors. Key points include the prime contractor's identification, project timelines, and compliance requirements, indicating the bid's structured nature. The inclusion of personal identifiers, such as a Social Security Number (SSN) and full names, underscores the importance of verifying contractor qualifications and eligibility to participate in government-funded projects. This document serves as a foundational form for the RFP, ensuring all legal and administrative prerequisites are met before proceeding with contract awards. Overall, it highlights the government's commitment to maintaining standards and regulatory compliance in public project procurement.
Apr 4, 2025, 3:04 PM UTC
This document outlines requirements and clarifications for the RFP concerning the provision of backup power for stormwater removal pumps at Building 304, Dam Neck Annex. Key topics include the need for detailed photographs of generator placement, pump station panels, and excavation areas, along with technical specifications for the new generator, including kW size and ATS (Automatic Transfer Switch) amp ratings. The document addresses the uncertainty surrounding panel connections feeding the pump stations and the requirement for a remote annunciator located inside Building 304. It specifies that the ATS can be outdoors, but must meet NEMA 4X stainless steel standards, and outlines the need for motor control equipment and proper safety measures, including the installation of bollards around the generator. Approximately 6 bollards are required with particular embedding specifications. Responses highlight that specific panel nameplate data and existing circuitry for controllers are currently unavailable, reinforcing the RFP's significance in establishing a clear operational framework for the project.
Apr 4, 2025, 3:04 PM UTC
The Oceana 8A IDIQ outlines general requirements for construction contracts at Naval Air Station Oceana. It details the scope of work, which includes various administrative, safety, quality control, and environmental control procedures. The project involves demolition, construction, and coordination within occupied buildings, emphasizing the need for careful scheduling to minimize disruptions to operations. Contractors must comply with strict safety and security protocols, including obtaining personnel badges and adhering to work restrictions, such as working hours and utility management. The document specifies submission requirements for various project plans, including construction schedules and payment procedures, necessitating government approval for certain deliverables. It highlights the importance of communication with the contracting officer and establishes guidelines for managing subcontractors and ensuring quality throughout the project's duration. Overall, the contract emphasizes adherence to regulations and careful management to achieve successful project execution within the specified timelines and budget. This comprehensive approach reflects the federal government's commitment to efficient and effective project management in military facilities.
Apr 4, 2025, 3:04 PM UTC
The document pertains to a government Request for Proposal (RFP) for a project titled "Provide Backup Power for Stormwater Removal Pumps, Bldg 304, Dam Neck Annex." The solicitation number for this project is N4008524R2806, with a cutoff date for proposals set for August 26, 2024. A key clarification within the RFP indicates that for this small-scale project, a single individual may fulfill dual roles as both the Supervisor-Safety and Health Officer (SSHO) and Quality Control (QC) personnel. This allows for streamlined oversight and management of the project given its limited scope. The document serves to inform potential offerors about the project requirements and expectations, ensuring that responses can be accurately prepared in compliance with federal guidelines. The overarching aim is to provide backup power for essential stormwater management systems at the specified facility, enhancing operational resilience.
Apr 4, 2025, 3:04 PM UTC
The document outlines a Request for Proposal (RFP) from the Naval Facilities Engineering Systems Command, Mid-Atlantic, for the installation of backup power for stormwater removal pumps at Building 304, Dam Neck Annex, Virginia Beach, Virginia. The RFP, identified as Solicitation No. N40085-24-R-2806, invites submissions from selected contractors under existing Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. The project includes the installation of a diesel generator and automatic transfer switch for two pump stations, with an estimated budget between $250,000 and $500,000. The contract completion timeline is set at 730 calendar days, and proposals are due by September 6, 2024. Key details include liquidated damages for delays, wage rate requirements, and provisions for utility availability. A mandatory site visit is scheduled for August 19, 2024, and potential contractors must follow specific access protocols. The contract will be awarded based on the lowest price and upon the availability of funding. This initiative aims to enhance existing stormwater management infrastructure, ensuring operational efficiency during power outages.
Apr 4, 2025, 3:04 PM UTC
The document presents the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," a provision related to federal contracts. It requires offerors to certify that they do not use or provide covered telecommunications equipment or services, in compliance with Section 889 of the John S. McCain National Defense Authorization Act (2019), which prohibits federal agencies from procuring such items. The provision defines key terms and outlines the conditions under which an offeror must declare its use and provision of covered equipment and services. Offerors must review the System for Award Management (SAM) for excluded parties and disclose specific information if they indicate they provide or use covered telecommunications technology. This includes identifying manufacturers and the nature of any equipment or services offered. The primary aim is to prevent federal contracts from involving entities associated with potentially harmful telecommunications technology, thus enhancing national security during government procurement processes.
Apr 4, 2025, 3:04 PM UTC
The document appears to be a notification or troubleshooting message related to accessing a PDF file. It advises users to upgrade their Adobe Reader to ensure proper display of document contents, suggesting links for downloading the latest version and providing additional assistance resources. The message emphasizes that the PDF’s inability to be viewed properly could stem from outdated software. However, it lacks specific information regarding the federal government RFPs, federal grants, or state and local RFPs that the instructions mentioned. This suggests that the actual relevant content is not accessible due to the document display issue, thereby hindering an analysis of the intended topics or key ideas regarding funding opportunities or project solicitations.
Apr 4, 2025, 3:04 PM UTC
Apr 4, 2025, 3:04 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, Virginia Beach, Virginia. The project involves the demolition and installation of DDC network modems across multiple buildings within the annex, aimed at modernizing control systems to enhance operational efficiency. This initiative is part of a broader federal effort to maintain and upgrade critical infrastructure, with an estimated contract value between $250,000 and $500,000. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals by April 18, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.
LP-40 Install In-Line Receipt Filtration, Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering 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 and structural modifications, all to be completed within 270 calendar days post-award. The procurement is significant for enhancing fuel service operations at the naval facility, ensuring compliance with safety and operational standards. Proposals are due by May 14, 2025, with a site visit scheduled for April 8, 2025; interested contractors should contact Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil for further details.
REPAIR FIELD LIGHTING/ADD TIMER- FIXTURES AND CROSSMEMBERS, BLDG 624, NAS OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the repair of field lighting and the addition of timer fixtures and cross members at Building 624, Naval Air Station Oceana in Virginia Beach, Virginia. The project involves the demolition of existing lighting fixtures and electrical components, followed by the installation of new LED fixtures and necessary controls, with a completion timeframe of 120 days from the award date. This initiative is crucial for enhancing safety and operational efficiency at military facilities, with an estimated budget ranging from $250,000 to $500,000. Interested contractors under the 8(a) IDIQ MACC construction contract must submit proposals by April 17, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the electrical infrastructure and ensure the reliability of utility services critical to the operations at the naval station. The work involved is vital for maintaining operational readiness and safety standards within the facility. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the solicitation process.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing safety measures, with a focus on sustainable practices as outlined in the recently amended solicitation. This modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, and are encouraged to demonstrate small business participation of at least 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
HANGAR-111 CENTER BAY ROAD SIDE INSTALLATION of Three 400HZ FREQUENCY CONVERTERS.
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Air Division, is soliciting proposals for the installation of three 400Hz frequency converters at Hangar 111, Naval Air Station Patuxent River, Maryland. This project aims to enhance power capabilities by installing new converters, which includes associated demolition and electrical work, while adhering to safety and regulatory standards. The selected contractor will be required to complete the installation within 60 calendar days from the award date, ensuring minimal disruption to ongoing operations and compliance with environmental and safety guidelines. Interested contractors must attend a mandatory site visit on April 10, 2025, and submit their proposals by April 17, 2025; for further inquiries, they can contact Ashley Wingfield at ashley.m.wingfield2.civ@us.navy.mil or Joseph Perry at joseph.w.perry63.civ@us.navy.mil.
EVAC PUMPS
Buyer not available
The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals for the procurement of Evac Pump OnlineMax units under solicitation number SPMYM124Q0052. The contract will be awarded for a Firm Fixed Price (FFP) for 10 units, with evaluation criteria focusing on technical capability, price, and supplier performance risk. These pumps are critical for various applications within the defense sector, ensuring operational efficiency and reliability. Proposals are due by April 22, 2025, at 09:00 AM EST, and interested vendors should direct inquiries to Steven Treherne at steven.treherne@dla.mil.
P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which includes the demolition of existing structures and the establishment of various operational spaces to support Navy personnel. The facility is critical for enhancing military operational capabilities and must adhere to stringent federal construction standards, including compliance with safety, security, and environmental regulations. Interested contractors must submit their proposals electronically by the extended deadline of April 15, 2025, with a total project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
P-1238, CONSTRUCTION OF GRID STABILITY AND RESILIENCY 10 MW, BATTERY ENERGY STORAGE SYSTEMS, MARINE CORPS AIR GROUND COMBAT CENTER (MCAGCC), TWENTYNINE PALMS, CA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the design and construction of a 10 MW Battery Energy Storage System (BESS) at the Marine Corps Air Ground Combat Center (MCAGCC) in Twentynine Palms, California. This project aims to enhance grid stability and energy resilience by integrating BESS with existing solar photovoltaic systems, ensuring compliance with cybersecurity protocols and promoting sustainable energy practices. The total construction cost limitation is set at $43 million, with a proposal submission deadline of May 22, 2024, and a construction period of 913 calendar days. Interested contractors should contact Kathryn Cranford at kathryn.r.cranford.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil for further details.