Replace Holcomb Blvd Culvert Pipe
ID: N4008526R9003Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

HUBZone Set Aside (HZC)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the "Replace Holcomb Blvd Culvert Pipe" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the demolition and replacement of an existing culvert pipe, drop inlets, and a concrete headwall, requiring the installation of approximately 230 feet of reinforced concrete pipe, along with associated site work and traffic control measures. The estimated project cost ranges from $250,000 to $500,000, with proposals due by January 7, 2026, and a mandatory site visit scheduled for December 17, 2025. Interested contractors must be on a pre-approved list and comply with various federal regulations, including wage determinations and environmental safety standards. For further inquiries, contact Emily Walton at emily.a.walton6.civ@us.navy.mil or call 757-994-5759.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) N40085-26-R-9003, issued on July 5, 2017, for the "Replace Holcomb Blvd Culvert Pipe" project (No. 24-0041) at MCB Camp Lejeune, North Carolina. It outlines the pricing structure for contractors, detailing four Exhibit Line Item Numbers (ELINs). ELIN 0001 covers the core culvert pipe replacement. ELIN 0002, 0003, and 0004 are optional line items for supplemental stone base, unsuitable soil replacement, and ACM pipe removal, respectively, each with estimated quantities. The RFP mandates that offers must be submitted on all line items, including all markups. The government will evaluate offers by adding the prices for all ELINs (0001 through 0004) for award purposes, though this does not obligate the government to exercise the options.
    The project involves demolishing and replacing an existing culvert pipe, drop inlets, and concrete headwall under Holcomb Blvd (Project # 24-0041). The replacement includes installing approximately 230 feet of Class V 18-inch reinforced concrete pipe (RCP), a new cast-in-place headwall, and two new precast drop inlets. Additionally, the outfall's stone and sediment buildup will be cleaned, and rip-rap will be installed at the discharge point. Demolition requires measuring and recording inverts and elevations, disposing of debris off-base, protecting adjacent features, and sawcutting existing roadway. The contractor must also provide sheeting, shoring, dewatering, and safety measures, and properly abate any encountered asbestos-containing materials. General requirements include locating and protecting all underground utilities, coordinating with various entities, sodding disturbed areas, maintaining a clean jobsite, and ensuring environmental, health, and safety compliance. Traffic control is a critical aspect, requiring the contractor to manage pedestrian and vehicular detours, provide signage, and submit a traffic control plan for approval at least 21 days prior to work. Two-way traffic must be maintained on Holcomb Blvd, and all road closures require prior approval and a minimum 21-day notice with a detailed traffic control plan in accordance with MUTCD and EM 385-1-1.
    The document outlines the requirements for the "REPLACE HOLCOMB BLVD CULVERT PIPE" project at Marine Corps Base Camp Lejeune, North Carolina, under a Department of the Navy contract. The core of the document focuses on stringent information disclosure policies, requiring contractors to obtain prior written approval from the contracting officer before releasing any unclassified information related to the contract. Requests for approval must specify the information, medium, and purpose, and be submitted at least 45 days in advance. This requirement extends to all subcontractors. Additionally, the project includes crucial construction specifications. Contractors are responsible for locating, verifying, and protecting all underground utilities, including telecommunications and commercial cabling. They must coordinate with commercial cabling providers and the Resident Officer in Charge of Construction (ROICC). All utility work must comply with state and base codes, and contractors are responsible for environmental, health, and safety (EHS) compliance. The site must be kept clear of debris, and disturbed areas must be sodded upon completion.
    This government RFP outlines the "Replace Holcomb Blvd Culvert Pipe Project # 24-0041" at Marine Corps Base Camp Lejeune, North Carolina. The project involves demolishing and replacing an existing reinforced concrete pipe (RCP), drop inlets, and a concrete headwall under Holcomb Blvd, installing Class V 18” RCP, a new cast-in-place headwall, and precast drop inlets, and clearing the outfall. Detailed requirements include pre-demolition measurements, off-base debris disposal, protection of existing features, and proper handling of potential asbestos-containing materials. New work involves installing rip rap and repairing damaged pavement. General notes emphasize utility location and protection, coordination with base entities, site cleanup, and environmental, health, and safety compliance. Traffic control plans, including maintaining two-way traffic on Holcomb Blvd, require prior approval. Administrative requirements cover submittal procedures via the eCMS, security regulations, contractor access, working hours, utility cutover coordination, and emergency unexploded ordnance (UXO) response with mandatory 3R training. The contractor must submit a baseline construction schedule, monthly updates, and a 3-week look-ahead schedule, and adhere to specific invoicing and payment procedures. Preconstruction and Red Zone meetings are mandatory, with a focus on partnering for successful project closure.
    The "Replace Holcomb Blvd Culvert Pipe" project at MCB Camp Lejeune, North Carolina, Solicitation No. N40085-26-R-9003, is open only to a pre-approved list of contractors. The project, with an estimated cost of $250,000 to $500,000, has a 120-day completion period. Proposals are due by January 7, 2026, 3:00 PM EST, with a mandatory site visit on December 17 at 2:00 PM. Bid, payment, and performance bonds are required depending on the proposal's value, with specific thresholds. The basis for award is the lowest price, and proposals have a 60-day acceptance period. Wage determinations comply with NC20250082, Executive Order 14026 or 13658, and Executive Order 13706 regarding paid sick leave. The solicitation also includes the FAR 52.225-10 Notice of Buy American Requirement-Construction Materials, outlining evaluation procedures for offers with foreign construction materials and the possibility of submitting alternate offers with domestic materials.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 for further information.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of two road plates on the Runway 23R Service Road at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7273833, is restricted to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors and has an estimated cost of less than $25,000, with a completion timeline of 60 calendar days. The work is critical for ensuring safe vehicle traffic over drainage channels and requires strict adherence to base regulations, including a mandatory site visit on December 15, 2025, and proposal submissions by December 30, 2025, at 12:00 PM EST. Interested contractors should contact Kathryn French Nethercutt at kathryn.l.nethercutt.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This procurement is exclusively open to specific Mechanical MACC contractors, with an estimated project cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The project is critical for ensuring fire safety compliance and involves significant installation work, including the demolition of existing systems and the installation of new piping and valves. Proposals are due by January 5, 2026, at 12:00 PM local time, and interested contractors should direct inquiries to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    FY26 - NORTH MYRTLE BEACH OCEAN OUTFALL (17 AVE S)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the FY26 North Myrtle Beach Ocean Outfall project located in North Myrtle Beach, South Carolina. This project involves the design and construction of a deepwater ocean outfall to upgrade the stormwater collection and conveyance system in a coastal urban area, which will be executed under a single design-build contract. The initiative is critical for improving stormwater management and will be coordinated with a separate project aimed at upgrading the landward portion of the stormwater system. Interested contractors can reach out to Evelyn Halliburton at EVELYN.I.HALLIBURTON@USACE.ARMY.MIL or by phone at 843-329-8208 for further details, with the solicitation officially posted as of November 18, 2025.
    DLA: Roof Repairs Buildings 147 and 148
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for structural repairs and roof replacements at Buildings 147 and 148 located at Marine Corps Air Station Cherry Point, North Carolina. The project encompasses comprehensive structural modifications, including the replacement of columns, beams, and trusses, as well as roof system replacements and exterior wall repairs for specified bays within the buildings. This procurement is crucial for maintaining the integrity and safety of the facilities, which are essential for military operations. Interested contractors must be on the pre-approved list and submit their proposals by January 14, 2026, with an estimated project cost between $10 million and $25 million and a completion period of 640 calendar days. For further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or call 910-939-9848.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    N62473-18-D-5860/N6247323F4441 EMERGENCY UTILITY RELOCATION, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for the Emergency Utility Relocation project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, which is critical for maintaining operational readiness and infrastructure integrity at the base. Interested parties can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is part of the ongoing efforts to enhance utility services at military installations. The project is identified under contract number N62473-18-D-5860/N6247323F4441.