Landfill Closure Phase III
ID: N4008525R2584Type: Combined Synopsis/Solicitation
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
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 12, 2025, 12:00 AM UTC
  3. 3
    Due Feb 18, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Department of the Navy's NAVFACSYSCOM 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 particularly significant for environmental management, as it aims to ensure compliance with safety and engineering standards while adhering to regulations such as the Davis-Bacon Act and the Buy American Act. Proposals are due by February 18, 2025, and interested contractors can reach out to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further inquiries.

Point(s) of Contact
Files
Title
Posted
Feb 12, 2025, 5:07 PM UTC
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.
Feb 12, 2025, 5:07 PM UTC
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.
Feb 12, 2025, 5:07 PM UTC
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.
Feb 12, 2025, 5:07 PM UTC
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.
Feb 12, 2025, 5:07 PM UTC
Feb 12, 2025, 5:07 PM UTC
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.
Feb 12, 2025, 5:07 PM UTC
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
P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-1458 2nd Radio Battalion Complex, Phase 2, which includes a Parachute Maintenance Facility and a Supply Warehouse at Marine Corps Base, Camp Lejeune, North Carolina. The project entails designing and constructing facilities that comply with Anti-Terrorism/Force Protection (ATFP) standards, featuring specialized construction elements such as reinforced concrete structures and advanced mechanical systems. With a budget of approximately $18,030,800 and an estimated completion timeline of 780 days post-award, interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or call 757-341-0559.
Base Housing Demolition (Multiple Locations)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting bids for the demolition of 114 base housing structures at Marine Corps Base Camp Lejeune, North Carolina. The project requires contractors to manage all aspects of demolition, including labor, materials, and equipment, while ensuring compliance with safety regulations regarding hazardous materials such as lead and asbestos, as identified in recent surveys. This demolition work is crucial for the ongoing development and maintenance of military facilities, ensuring safe and efficient living conditions for service members. Interested contractors must submit their bids by May 12, 2025, and are encouraged to attend a site visit on April 22, 2025, to familiarize themselves with the project requirements. For further inquiries, potential bidders can contact Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil.
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.
Building 12 Stairwell Repairs
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the repair of the Building 12 stairwell at Marine Corps Base Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2653. The project involves comprehensive repairs, including the demolition of existing steel staircases and concrete steps, followed by the fabrication and installation of new galvanized stairs, concrete steps, and handrails, with an estimated cost between $250,000 and $500,000 and a completion timeframe of 180 days post-award. This initiative is part of ongoing efforts to maintain infrastructure integrity and safety at military facilities, ensuring compliance with federal contracting regulations, including the Davis-Bacon Act for wage determinations. Proposals are due by May 11, 2025, and interested contractors must contact Tony Benson or Lauren Loconto for further details and to confirm eligibility for bidding.
Fuel Farm Repairs UN360 and TC366
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the Fuel Farm Repairs at Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2644. This project, estimated to cost between $1,000,000 and $5,000,000, is designated as a Total Small Business Set-Aside and requires only Mechanical MACC Contractors listed on the General Requirements cover page to submit proposals. The work involves critical repairs to fuel farm facilities, adhering to strict compliance with federal regulations, including the Davis-Bacon Act and the Buy American Act, ensuring fair labor practices and material sourcing. Interested contractors must attend a site visit on April 30, 2025, and submit their proposals by May 21, 2025, at 3:00 PM EST. For further inquiries, contact Tony Benson at tony.d.benson.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
Rehabilitation of Wells 585 & 606
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the rehabilitation of Wells 585 and 606 at MCB Camp Lejeune, North Carolina. The project involves installing new submersible pumps, stainless-steel piping, and various associated components, with strict adherence to environmental, health, and safety regulations, as well as compliance with the Buy American Act. This initiative is crucial for ensuring the operational integrity of water supply systems at the military base, with an estimated contract value between $250,000 and $500,000 and a completion timeframe of 360 days post-award. Interested small business contractors must submit their proposals by May 1, 2025, and can direct inquiries to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
Repair Replace Concrete Top, Pump Station B-4226
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and replacement of the concrete top at Pump Station B-4226 located at Marine Corps Air Station Cherry Point, North Carolina. This project involves relocating a hoist to a new concrete footing while ensuring minimal disruption to ongoing operations, with strict adherence to safety regulations and operational protocols. The estimated cost for this procurement ranges from $26,000 to $30,000, with a completion timeframe of 45 days post-award. Interested contractors, specifically those listed as M&R MACC contractors, must submit their proposals by May 21, 2025, and direct any inquiries to Kathryn French Nethercutt or Ericka J. Bishop via the provided email addresses.
Upgrade Lift Station B4318
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Upgrade of Lift Station B4318 at Marine Corps Air Station Cherry Point, North Carolina. This project involves the demolition of the existing lift station and the installation of a new simplex package grinder pump station, aimed at enhancing the efficiency and reliability of the wastewater management system while ensuring minimal disruption to ongoing military operations. The contract is set aside for small businesses, with an estimated cost range of $100,000 to $250,000, and proposals are due by May 15, 2025. Interested contractors must comply with specific bonding requirements and submit their proposals electronically, while inquiries must be directed to Mason Sholar or Ericka J. Bishop by May 5, 2025.
PI2045M Parris Island 3rd Battalion Pond Causeway Repair
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. The project involves a Fixed Price Construction Contract for roadway rehabilitation and the construction of new channels to replace existing culverts, aiming to enhance infrastructure durability with a projected pavement lifespan of 25 years. This initiative is critical for maintaining operational readiness and environmental compliance at the facility, particularly given the historical context of waste management in the area. Interested contractors should note that the proposal submission deadline has been extended to April 30, 2025, and must direct inquiries to the primary contact, Andy Bui, at andy.h.bui.civ@us.navy.mil or by phone at 757-341-1652.
Range Maintenance Support Services at Camp Lejeune NC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for Range Maintenance Support Services at Camp Lejeune in Jacksonville, North Carolina. The contract requires the provision of labor, supervision, management, tools, materials, equipment, and transportation necessary for effective range maintenance services, with a base period of one year and four optional one-year extensions, plus an additional six-month option, totaling a maximum of 66 months. This service is crucial for maintaining operational readiness and safety at military training ranges. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with further inquiries directed to Krystal Goodman at krystal.goodman@navy.mil or Sidnia Finke at sidnia.e.finke.civ@us.navy.mil.