Repair Sewer Line Bldg 1107
ID: N4008525R2692Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the repair of the sewer line at Building 1107, Marine Corps Base Camp Lejeune, North Carolina. The project involves replacing approximately 125 feet of failing 6-inch terracotta sewer pipe with new 6-inch Schedule 40 PVC piping, including necessary demolition and construction of a doghouse manhole, while ensuring minimal disruption to facility operations. This procurement is crucial for maintaining infrastructure integrity and compliance with safety and regulatory standards. Interested contractors must be on the approved list and submit proposals by May 14, 2025, with a bid bond required for certain project values; for further inquiries, contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.

    Files
    Title
    Posted
    The project aims to replace approximately 125 feet of 6-inch lateral sewer pipe serving building 1107 at MCB Camp Lejeune, executing a transition from a failed terracotta pipe to a 6-inch Schedule 40 PVC pipe. The contractor is responsible for removing the existing pipe, connecting to the building's cleanout, and extending toward the 15-inch sewer main located on the southeast side of Michael Street. Additionally, the project requires the removal of a section of Michael Road and the demolition of part of an abandoned steam tunnel for installation. A doghouse manhole must be constructed to facilitate the connection of the new sewer line. It is imperative that the facility remains operational throughout construction, minimizing disruptions. One qualified individual may assume multiple supervisory roles, including Superintendent and Quality Control Manager, during the project execution. Coordination with the plumbing branch of Public Works is necessary for scheduling any required outages during the work.
    The project titled "Repair Sewer Line Building 1107" (Project # 25M059CN) at MCB Camp Lejeune involves the replacement of approximately 125 feet of failing 6-inch terracotta sewer pipe with new 6-inch Schedule 40 PVC piping. The contractor is responsible for removing the existing pipe, installing a new line with an additional cleanout, and constructing a 4-foot diameter doghouse manhole connected to the sewer main. Roadway and sidewalk repairs will be required, ensuring all disturbed areas are restored to match existing conditions. Key tasks include thorough utility location and protection, dewatering as necessary, and implementing erosion control measures. Work must adhere to applicable codes and regulations, with the contractor coordinating outages with the plumbing branch of the Public Works Department. The document specifies that any disturbed roadways must be backfilled and paved with asphalt, and all earthwork must be compacted and seeded to prevent erosion. Contact for the project is Brian Johnston at the provided phone number, with details on hazardous materials and environmental considerations noted. This RFP highlights the federal government's initiative to maintain infrastructure integrity and compliance with safety and regulatory standards during sewer repairs, emphasizing careful planning and execution throughout the project.
    The document outlines the procedural requirements for contractor submissions associated with federal contracts, particularly focusing on preconstruction and closeout submittals. It specifies various documents required from contractors such as accident prevention plans, equipment schedules, quality control plans, and compliance certificates. The structured format indicates a checklist approach to ensure all necessary information is gathered and submitted for approval at different stages of a project. Key items include environmental protection plans, reports on crane operations, and schedules of prices, significantly emphasizing regulatory compliance and safety measures. This systematic collection of data is crucial for managing government contracts and ensuring they meet safety, regulatory, and operational standards effectively. Overall, the document serves as a guide for contractors participating in state and federal RFPs, detailing the organized workflow for their submission processes.
    This document serves as an amendment to a government RFP, addressing specific questions regarding the steam tunnels involved in a project. It confirms the presence of abandoned steam and condensate piping within the tunnels and clarifies that capping the lines is unnecessary when removing sections for sewer piping installation. Additionally, details regarding the presence of asbestos on the piping will be provided on May 12. All other terms and conditions of the RFP remain unchanged. The document reflects procedural responses to inquiries for clarity in project execution, underlining the importance of safety and compliance in governmental construction initiatives.
    Amendment 0002 to Request for Proposal N40085-25-R-2692 indicates a change in the proposal submission deadline, now set for Wednesday, May 14, 2025, at noon. This adjustment is made due to ongoing efforts to address Question #3 posed in prior communications. It is noted that all other terms and conditions of the original RFP remain unchanged. The document clearly outlines the administrative procedural amendment in the context of federal procurement, maintaining transparency and clarity for all potential bidders. This amendment highlights the government's commitment to ensuring a thorough and informed bidding process for contractors.
    The document pertains to Amendment 0003 of federal RFP N40085-25-R-2692. It addresses a specific inquiry concerning the presence of asbestos in the steam and condensate piping located within a steam tunnel. The response indicates that an inspection report confirmed there is no asbestos present. Additionally, it states that all other terms and conditions of the RFP remain unchanged. This amendment emphasizes safety and regulatory compliance regarding hazardous materials as part of the procurement process involved in the project, contributing to informed contractor bidding and project management.
    The document outlines the Summary of Work for a construction project at the Marine Corps Base Camp Lejeune in North Carolina. It delineates responsibilities and procedures for contractors, focusing on phased construction schedules, protection of existing structures and vegetation, and management of government-furnished materials and equipment. Critical construction elements include verifying underground utilities prior to excavation and adhering to specific scheduling and access protocols through the Defense Biometrics Identification System (DBIDS). Key requirements emphasize the contractor's adherence to safety regulations, including a no-smoking policy, and operational requirements, such as managing subcontractors and maintaining communication regarding site access and safety practices. The document also details invoicing and payment procedures, highlighting requirements for detailed schedules of prices, progress payments, documentation for labor, and certification of compliance with safety standards. In essence, the document serves as a comprehensive guide for compliance, submission procedures, and quality control within the framework of federal and military construction projects, ensuring adherence to regulatory standards and effective management of project objectives.
    The Camp Lejeune Contractor Environmental Guide outlines essential environmental regulations and practices for contractors at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River. This guide emphasizes the importance of environmental protection in support of the Marine Corps mission, detailing compliance with federal and state laws. Key sections include an overview of the Environmental Management System (EMS), training requirements, and specific environmental areas such as air quality, hazardous materials, and emergency response procedures. Contractors are required to undergo general environmental awareness and EMS training, ensuring they understand their responsibilities and regulatory requirements. They must also comply with various Executive Orders and Marine Corps Orders related to environmental protection. The guide stresses the importance of collaboration with the installation’s Environmental Management Division and highlights the need for adherence to environmental standards to avoid legal penalties. Overall, the guide serves as a comprehensive resource for managing environmental responsibilities, ensuring contractors contribute to a sustainable military operation while minimizing their ecological impact.
    The MAXIMO Initial Equipment Inventory and Replacement/Update Form is designed for documenting and managing various types of equipment within government facilities. It includes detailed sections for identifying the type of equipment, including air conditioning units, chillers, heat pumps, pumps, boilers, and more. The form allows for the recording of essential specifications such as manufacturer, model number, serial number, motor data, and energy type (electric, oil, gas, etc.). Additionally, it provides space to document any demolished or removed equipment, ensuring accurate inventory management. This structure aids in planning for new or replacement equipment, facilitating compliance with operational and safety standards in federal, state, and local contexts. This form is critical for maintaining effective management of facility assets and ensuring equipment reliability and safety in government operations.
    The document details the solicitation for the Repair Sewer Line project at Building 1107, Marine Corps Base Camp Lejeune, North Carolina (Solicitation No. N40085-25-R-2692). The project entails completing renovations within 90 days of award, with an estimated cost range between $100,000 and $250,000. Interested contractors must belong to an approved list, including Mechworks Mechanical Contractors, North State Mechanical, and R&W Construction Company. Proposals are due by May 13, 2025, with a required bid bond for certain project values. A site visit is scheduled for May 7, 2025. Wage determinations under the Davis-Bacon Act apply, stating minimum wage rates and requirements for worker protections. This solicitation aims to ensure compliance with federal guidelines while providing clear contractor responsibilities and timelines. Key procurement aspects, including the basis for award (lowest price), liquidated damages, and the necessity for adherence to federal wage standards, highlight the project's structured approach to managing federal construction contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic, is soliciting proposals 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 areas in North and South Carolina. The contract aims to support various construction projects, with the initial "seed project" being the P-1538 SOF Armory at Marine Corps Base Camp Lejeune, NC, which is critical for enhancing military infrastructure. The government plans to award approximately five contracts, with a total estimated construction cost not exceeding $975 million over five years, and proposals are due by 2:00 PM EST on December 10, 2025. Interested parties should contact James Godwin at james.a.godwin41.civ@us.navy.mil or call 757-341-1999 for further details.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    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
    Buyer not available
    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.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    Replace Fuel Tanks and Piping, Building 4075
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fuel tanks and piping in Building 4075 at Marine Corps Air Station Cherry Point, North Carolina. This project, estimated to cost between $100,000 and $250,000, requires the demolition of existing above-ground fuel storage tanks and the installation of new insulated double-wall steel tanks, pumps, and associated piping, with a completion period of 210 calendar days. The procurement is restricted to pre-selected Mechanical MACC contractors, and proposals must be submitted by November 24, 2025, at 12:00 PM, with all amendments acknowledged to avoid rejection. Interested contractors can contact Kathryn French Nethercutt at kathryn.l.french5.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Sewage Cleanup Bks 332
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for sewage cleanup services at Building 332 located in Parris Island, South Carolina. The primary objective of this procurement is to address and remediate sewage-related issues within the troop housing facilities, ensuring a safe and sanitary environment for personnel. This cleanup is crucial for maintaining the operational readiness and health standards of military housing. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or by phone at 843-228-2703, or contact Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further details regarding the opportunity.
    FY26 Lake Marion Cameron Reach Water Lines
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is soliciting bids for the FY26 Lake Marion Cameron Reach Water Lines project. This contract involves the furnishing, installation, and successful operation of approximately 65,000 linear feet of 12-inch diameter water main pipe and 1,000 linear feet of 8-inch diameter water main pipe, along with all associated work including valves, appurtenances, and quality control measures. This project is a critical component of the Lake Marion Regional Water System, which is jointly managed by Santee Cooper and Calhoun County, and requires coordination with local utility owners and property stakeholders. Interested contractors should reach out to Evelyn Halliburton at EVELYN.I.HALLIBURTON@USACE.ARMY.MIL or call 843-329-8208 for further details, with the solicitation officially posted on October 24, 2025.
    MACC Naval Station Newport, Newport, RI Steam Line Repair
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting bids for a steam line repair project at Naval Station Newport in Rhode Island. The project involves the installation of a new pre-fabricated underground piping system for steam and condensate lines, requiring the demolition of existing sidewalks, roads, and pavement, with restoration of all surface and subsurface conditions, including the abatement of hazardous materials. This work is critical for maintaining the infrastructure and operational capabilities of the naval station. Only contractors on the DB/DBB IDIQ Multiple Award Construction Contract (MACC) 8(a) AOR Newport, RI and New London, CT are eligible to bid, and interested parties should contact Elaine Carter at elaine.t.carter.civ@us.navy.mil or call 401-841-2047 for further details.
    Atlantic Intracoastal Waterway (AIWW) Dredged Material Placement Facility (DMPF) Improvements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from qualified contractors for the Atlantic Intracoastal Waterway (AIWW) Dredged Material Placement Facility (DMPF) Improvements project, located in Morehead City, North Carolina. The project involves the repair and enhancement of six upland placement areas, including excavation and raising perimeter dikes to elevations between 5 and 20 feet, as well as constructing a spillway system for future dredged material. This initiative is crucial for maintaining the integrity and functionality of the waterway, with an estimated construction value between $5 million and $10 million. Interested firms must submit their qualifications and relevant documentation by December 31, 2024, to Jenifer Garland and Rosalind Shoemaker via email at the provided addresses.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated price range of $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is open to existing holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific contract clauses and requirements. Proposals are due by December 16, 2025, and interested parties should contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further information, while ensuring to meet the deadlines for site visit access requests and proposal submissions.