Landfill Closure Phase III
ID: N4008525R2584Type: Combined Synopsis/Solicitation
AwardedJul 23, 2025
$6.8M$6,848,006
AwardeeCIVIL WORKS CONTRACTING LLC Wilmington NC 28412 USA
Award #:N4008523D0014
Overview

Buyer

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

NAICS

Solid Waste Landfill (562212)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Landfill Closure Phase III project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the final cap closure of the Piney Green Landfill, with an estimated contract value between $1 million and $5 million, and a completion timeline of 270 days post-award. The procurement is set aside for Historically Underutilized Business (HUBZone) contractors, emphasizing compliance with environmental management standards and federal regulations, including the Davis-Bacon Act and the Buy American Act. Proposals are due by July 10, 2025, and interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document UFC 1-300-08, dated June 30, 2004, serves as a construction contract guideline focusing on required information for entering real property into a federal database. It emphasizes establishing a comprehensive checklist to ensure all necessary data for each facility listed on DD Form 1354 is accurately documented. The checklist includes sections on building identification, construction materials, utility connections, building systems, installed equipment, and associated utilities. Each section provides fields for information such as building size, dimensions, fire protection systems, utility connections, and additional structures. The purpose of this checklist is to facilitate proper documentation and data entry, ensuring compliance with federal requirements during the construction process. By creating a standard format for information submission, the document aims to streamline data management for federal facilities, crucial for grant proposals and appropriate resource allocation in government contracts.
    The document serves as an amendment to the government Request for Proposal (RFP) N40085-25-R-2584, outlining crucial details regarding a site visit and responses to vendor inquiries. It specifies a scheduled site visit at the Piney Green Landfill on January 30, 2025. A request for digital copies of the plan set and CAD files was met with a response indicating that SAM.gov restricted uploads of CAD files, suggesting alternatives like Adobe or Bluebeam for accessing the plans. Additionally, a request to extend the bid date to February 25, 2025, was denied, with the statement that the original due date remains unchanged. Overall, the amendment maintains the original terms and conditions while facilitating communication between the government and prospective contractors about critical logistical details and technical requirements for the bid process.
    The document outlines the responses to various contractor inquiries regarding an amendment (N40085-25-R-2584 Amendment 0002) related to a project involving HDPE piping, landfill soil cover, and construction requirements. Key points include: 1. The hydrostatic test for PE pipe is mandatory, while leakage tests can be waived due to construction specifications indicating that these pipes do not connect to drainage structures. 2. Contractors are advised that the intermediate soil cover must have a minimum thickness of 12 inches to effectively separate waste from the clay liner. 3. Soil cover depth may vary for design requirements, with the government suggesting a standardized minimum to ensure fair bidding. 4. Responses confirm that topsoil should be used for the diversion ditches and slope drain covers, maintaining consistency with project specifications. 5. A depth of 14 inches is specified for 6-inch diameter riprap, and the government will designate stockpile areas at the landfill site. The amendment serves to clarify project specifications, addressing contractor concerns to ensure a level playing field for bidding and adherence to safety and engineering standards required in government RFPs. It emphasizes the need for accurate material specifications and compliance within the context of environmental management.
    The document concerns the solicitation N40085-25-R-2584 for Landfill Closure Phase III at MCB Camp Lejeune, NC. It addresses various contractor inquiries regarding site specifications, material requirements, and nuances of proposed construction plans. Specific questions focus on the need for vectorizable plans and handling of settlement issues during fill placement. Responses clarify procedural elements, including the grading of landfill slopes, the use of a temporary membrane, and confirmation of geomembrane requirements. The solicitation also includes a pricing sheet for two Exhibit Line Item Numbers (ELINs), outlining required pricing structures and emphasizing the necessity of offering on all line items to avoid rejection. The document specifies evaluation methods for pricing proposals, indicating that the total for ELIN 0001 and 0002 will guide contract awards. Overall, it encapsulates the government's firm guidelines and standards during the landfill closure project while facilitating contractor submissions and clarifying operational parameters.
    This document serves as Amendment No. 0004 for solicitation N40085-25-R-2584, issued by NAVFAC Mid-Atlantic regarding the Landfill Closure Phase III project. The primary purpose of the amendment is to extend the proposal due date to 1300 hours on July 10, 2025. Contractors are required to acknowledge this amendment with their proposals to avoid potential rejection. The document outlines that while the due date has changed, all other terms and conditions from the original solicitation remain unchanged. This amendment is particularly significant as it ensures that interested contractors have additional time to prepare and submit their proposals, indicating a responsive approach to contractor needs in federal contracting processes.
    The Subtitle D Landfill Closure Phase III project involves the final cap closure of the Piney Green Landfill at Marine Corps Base Camp Lejeune, North Carolina. The document outlines the general requirements, including an extensive project table of contents comprising administrative procedures, safety protocols, traffic safety measures, pricing and payment details, and guidelines for handling existing conditions. Contractors must ensure the protection of existing work, traffic maintenance, and adherence to work restrictions during construction. Detailed procedures for cutting and patching, as well as documentation requirements for safety and quality control, are emphasized. The project also mandates strict compliance with submission schedules and insurance requirements. The purpose of this document is to ensure that contractors fulfill the contractual obligations while maintaining safety standards and regulatory compliance throughout the landfill closure process, thus highlighting its significance in environmental management and hazard mitigation for the area.
    The document outlines the Landfill Closure Phase III project at MCB Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2584. The project, estimated to cost between $1 million and $5 million, has a contract completion timeline of 270 days post-award and is open to select contractors only. Proposals are due by February 18, 2025, with a bid acceptance period of 60 days. The main award criterion is the lowest price submitted. Contractors must adhere to wage determinations under the Davis-Bacon Act, which governs minimum wage for laborers specific to the project’s location. The document covers bond requirements tied to proposal value and outlines the responsibilities for contractors, including potential liquidated damages for delays. Furthermore, it emphasizes compliance with the Buy American Act for construction materials and provides direction for submitting alternate offers based on domestic materials. Overall, this solicitation serves as a formal request for proposals, ensuring adherence to legal standards while aiming to successfully close the landfill as part of environmental management efforts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Dept Of Defense
    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.
    D-10298 Mainside Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base Camp Lejeune, North Carolina, under the D-10298 Mainside Pay As Cut FY26 contract. This pay-as-cut timber sale requires bidders to meet or exceed government estimated unit prices for various timber products, with the highest total bid winning the contract, which extends until December 31, 2027. The timber sale is crucial for supporting construction projects and silvicultural work, emphasizing safety and environmental responsibility throughout the logging process. Bids are due by 2:00 PM local time on January 8, 2026, with a required bid deposit of 20% and performance bond of $25,000; interested parties should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    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.
    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.
    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.
    D-10300 Sandy Run Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the D-10300 Sandy Run Pay-As-Cut Timber Sale at Marine Corps Base, Camp Lejeune, North Carolina. This procurement involves the purchase and removal of timber, with bids due by January 8, 2026, at 2:00 PM local time, requiring a bid deposit and performance bond of $25,000 each. The timber sale is designed to facilitate the harvest of merchantable timber for construction and silvicultural projects, emphasizing responsible harvesting practices and environmental compliance. Interested bidders should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    D-10299 Verona Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base, Camp Lejeune, North Carolina, under the "D-10299 Verona Pay As Cut FY26" contract. This pay-as-cut timber sale requires bidders to submit unit prices for various timber classifications, with the highest bidder awarded the contract, and mandates that projects containing over 1000 tons of merchantable timber must be harvested. The bid opening is scheduled for January 8, 2026, at 2:00 PM local time, and interested parties should direct inquiries to Mark Moran at mark.j.moran.civ@us.navy.mil or (757) 341-0697. Bidders must comply with specific requirements outlined in the Invitation for Bids, including performance bonds and safety regulations, with the contract term extending until December 31, 2027.
    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.
    Repair Fuel System B4505
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. The project involves the repair of three fuel storage tanks, associated piping, and perimeter fence, with a focus on replacing tank and pipe coatings and repairing existing fence posts. This procurement is critical for maintaining operational readiness and compliance with government regulations, with an estimated contract value between $500,000 and $1,000,000. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested contractors must acknowledge the recent amendment to the solicitation and attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J. Hislop at meghan.j.hislop.civ@us.navy.mil.
    P502 Replace MCAS Beaufort Fuel Pier, Marine Corps Air Station Beaufort, South Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of the fuel pier at Marine Corps Air Station Beaufort, South Carolina. This project involves the demolition of the existing 1957 fuel pier and the construction of a new single-deck fueling pier, approximately 169 feet long and 40 feet wide, designed to maintain fuel services throughout the construction period. The procurement is critical for ensuring operational integrity and compliance with safety and environmental regulations, particularly concerning hazardous materials identified in the existing structure. Interested contractors must submit sealed bids by June 3, 2025, with a performance period of 900 days following award notification. For further inquiries, contact Scott Schulz at SCOTT.C.SCHULZ1@NAVY.MIL or John Bishop at john.p.bishop1@navy.mil.