Chiller Replacement Bldgs. 128, 227, BB125, and RR135
ID: N4008526R9005Type: 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 Mid-Atlantic, is soliciting proposals for the replacement of chillers in Buildings 128, 227, BB125, and RR135 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as Solicitation N40085-26-R-9005, requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, and supervision for the installation of new chillers, chilled water pumps, and associated electrical components, with a focus on minimizing disruption to ongoing facility operations. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, at 2:00 PM EST, and a site visit scheduled for December 30, 2025. Interested contractors should acknowledge Amendment 0001 in their submissions and can contact Tony Benson or Lauren Loconto for further information.

    Files
    Title
    Posted
    This government project requires the installation of new HVAC Chiller units at Buildings 128, 227, BB125, and RR135 at Camp Lejeune, NC. The facility will remain operational throughout the construction period, and the contractor must minimize interference with normal activities. The project allows for one individual to fulfill the roles of Superintendent, Quality Control Manager, and Safety & Health Officer, provided they are qualified for all three positions as defined in the project specification.
    This government solicitation, Project # 26M008CN (MACC # 26-0401), outlines the replacement of chillers in buildings 128, 227, BB125, and RR135. The scope of work includes providing all materials, labor, equipment, and supervision for the replacement of chillers, chilled water pumps, associated electrical components, and exterior chilled water piping. Detailed requirements cover chiller specifications such as a 10-year warranty, specific construction materials for coils and panels, seismic feet, thermal dispersion flow switches, and phase loss protection. The project also mandates BACnet/MSTP controls, compliance with the Buy America Act, and specific piping materials and installation standards. Contractors are required to conduct site visits, submit shop drawings for approval, and adhere to a 300-day completion timeline. Special conditions include scheduled outages, training submissions, and the transfer of existing HVAC equipment and refrigerant to Public Works.
    Amendment 0001 to Solicitation N40085-26-R-9005, for the Chiller Replacement project in Buildings 128, 227, BB125, and RR135, addresses requests for information regarding the project's scope. The amendment clarifies that existing housekeeping pads at Buildings 128 and 227 must be modified to accommodate new base-mounted chilled water pumps. Furthermore, new valves and fittings are required for the piping modifications associated with the installation of these new pumps. The deadline for proposal submissions remains unchanged. This amendment must be acknowledged with proposal submissions, as failure to do so may result in rejection of the offer. All other terms and conditions of the original solicitation remain in full effect.
    This government file outlines the administrative, work restriction, and payment procedures for a construction project at Marine Corps Base Camp Lejeune, North Carolina. Key aspects include detailed requirements for phased construction, protection of existing infrastructure, and identification of underground facilities. Contractors must comply with strict activity regulations, including obtaining base access via the Defense Biometrics Identification System (DBIDS), adhering to specific working hours, and coordinating utility interruptions. The document also specifies comprehensive payment procedures, requiring a detailed schedule of prices, specific invoice content, and the use of the Electronic Construction and Facility Support Contract Management System (eCMS) for document management. Project supervision requires experienced superintendents fluent in English, and several mandatory meetings like preconstruction, Red Zone, and partnering sessions are required to ensure project success and timely completion. The contractor is responsible for various submittals, including schedules, reports, and certifications, with clear guidelines for their preparation, submission, and approval process, ensuring compliance with government regulations and security classifications.
    The September 2023 Contractor Environmental Guide for Marine Corps Base Camp Lejeune and Marine Corps Air Station New River provides essential environmental protection information for contractors. It ensures compliance with federal and state environmental laws, USMC policies, and installation-specific requirements, as outlined in Marine Corps Order 5090.2. The guide covers environmental management systems (EMS), mandatory general environmental awareness and EMS training, and specific requirements for air quality, hazardous materials/waste management, and emergency response. Contractors are responsible for understanding and adhering to all environmental regulations, coordinating with the Resident Officer in Charge of Construction (ROICC) or Contract Representative for guidance, and reporting any environmental concerns or emergencies. The guide also details permit requirements for various activities and emphasizes the importance of environmental stewardship to support the Marine Corps' mission.
    The MAXIMO Initial Equipment Inventory and Replacement/Update Form is a detailed document used for tracking and managing equipment within a facility. It serves as a comprehensive checklist for various types of equipment, including generators, HVAC units (AC, chillers, heat pumps, air handlers), pumps (circulating, condensate, sump), and other essential mechanical systems like boilers, cooling towers, and water heaters. The form allows for the recording of new or replacement equipment details, such as manufacturer, model, serial number, and operational specifications like electrical type, motor data (HP, volts, phase, RLA, RPM, frame), tonnage, and refrigerant type. It also includes sections for identifying demolished or removed equipment, noting their Maximo number, serial number, and location. This form is crucial for maintaining an accurate inventory, facilitating maintenance, and ensuring proper asset management within a government or institutional setting, aligning with the needs of federal RFPs and grants focused on infrastructure and facility management.
    The government solicitation N40085-26-R-9005 is for the Chiller Replacement project in Buildings 128, 227, BB125, and RR135 at MCB Camp Lejeune, North Carolina, with a project number of 26-0401. This RFP, issued on December 16, 2025, is open only to specific contractors: Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc. The estimated cost is between $1,000,000 and $5,000,000, with a contract completion date of 540 days after award and liquidated damages of $880 per calendar day. Proposals are due by January 15, 2026, at 2:00 PM EST. A site visit is scheduled for December 30, 2025, at 0900. The basis for award is the lowest price. The solicitation includes detailed wage determinations for various trades in Onslow County, North Carolina, and emphasizes compliance with Buy American Requirement-Construction Materials regulations, along with provisions for bid, payment, and performance bonds based on proposal value.
    The document outlines procedures for hydronic pipe cleaning and flushing at Marine Corps Base Camp Lejeune, specifically Section 23 24 00. The process focuses on removing organic soil, hydrocarbons, flux, pipe mill varnish, pipe compounds, and iron oxide. It details performance requirements for detergents, emphasizing environmental safety and discharge into sanitary sewers. Submittals include product data for cleaning detergents and water treatment chemicals. The cleaning compound should be an alkaline phosphate or non-phosphate detergent, free of corrosion inhibitors except sodium sulfite. The execution phase involves protecting pump motors, using existing steam heating systems to maintain 120F water temperature, and employing special techniques for circulating detergent solutions through the system for a minimum of 48 hours. This includes bypassing terminal units, cleaning strainers, and thoroughly flushing with fresh water until clear. Post-cleaning, the water is treated with specific chemical parameters for sodium sulfite, sodium lauroyl sarcosinate, and pH, monitored through subsequent retests. Documentation of system volume, pH, and sulfite levels, along with MSDS for chemicals and warning signs in mechanical rooms, is also required. This guide specification ensures proper maintenance and operation of hydronic systems, adhering to strict environmental and safety standards for federal facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Building 1231 Replace RTU
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking proposals for the "Building 1231 Replace RTU" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the removal and replacement of rooftop units RTU-7 and RTU-10, with specific requirements for pre-approved mechanical contractors to submit proposals. The estimated project cost ranges from $250,000 to $500,000, with a completion timeline of 360 days post-award and a proposal submission deadline of January 16, 2026. Interested contractors should contact Edward Pelser or Lauren Loconto for further details and must adhere to the outlined administrative and security protocols throughout the project.
    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 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 East, primarily focusing on the P-1538 SOF Armory project at Camp Lejeune, North Carolina. The contract aims to provide comprehensive construction services, including the construction of an armory building and supporting infrastructure, with an estimated budget ranging from $10 million to $25 million and a completion timeframe of 835 calendar days. This procurement is crucial for enhancing military facilities and ensuring operational readiness, with a total estimated contract value not exceeding $975 million over five years. Proposals are due by 2:00 PM EST on January 28, 2026, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    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 aims to develop a multi-building complex that includes maintenance shops, warehouses, and covered storage areas for the 1st and 2nd Battalions, 10th Marines, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for enhancing operational capabilities and ensuring the readiness of the Marine Corps units stationed at the base. Proposals are due by January 14, 2026, at 2:00 PM EST, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves roof repairs and is open exclusively to a pre-approved list of six Roofing MACC Contractors, with an estimated contract value between $1,000,000 and $5,000,000. The successful contractor will be required to complete the work within 450 days of award, adhering to strict safety and administrative protocols, and will face liquidated damages of $800 per calendar day for delays. Proposals are due by January 15, 2026, at 2:00 PM EST, 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 details.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Repair BEQ AS4211
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Repair BEQ AS4211 project located at Marine Corps Air Station (MCAS) New River in North Carolina. This project, estimated to cost between $10 million and $25 million, involves extensive renovations and upgrades to various building systems, including the installation of a new fire alarm and mass notification system, as well as improvements to infrastructure such as parking lots and sidewalks. Only a select group of seven General MACC Contractors are eligible to submit proposals, with a proposal submission deadline set for January 14, 2025, and a completion timeline of 730 days post-award. Interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details and to ensure compliance with all requirements outlined in the solicitation documents.
    FC306 Laundry Room
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the FC306 Laundry Room project at Marine Corps Base Camp Lejeune, North Carolina. This opportunity is specifically set aside for small businesses, with only pre-selected contractors eligible to submit proposals for construction services, which include various phases of work such as demolition, plumbing, and electrical systems. The estimated contract value ranges from $100,000 to $250,000, with a completion timeline of 180 days, and proposals are due by February 6, 2026, at 2:00 PM EST. Interested contractors can contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further details.
    Replace Holcomb Blvd Culvert Pipe
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFAC Mid-Atlantic, is soliciting proposals for the replacement of the Holcomb Blvd Culvert Pipe at Marine Corps Base Camp Lejeune, North Carolina. This project involves the demolition and replacement of an existing culvert pipe, installation of new infrastructure, and adherence to strict environmental, health, and safety regulations. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 7, 2026, at 3:00 PM EST, following a mandatory site visit that occurred on December 17, 2025. Interested contractors must be on the pre-approved list and can contact Emily Walton at emily.a.walton6.civ@us.navy.mil or 757-994-5759 for further details.
    Blanket Purchase Agreement (BPA ) for Chiller Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center of the Department of the Navy, intends to establish three Blanket Purchase Agreements (BPA) for the maintenance and repair of air conditioning chillers. The selected contractors—Daikin Applied America’s Inc., Brady Trane Services Inc., and Johnson Controls Air Conditioning and Refrigeration Inc.—will provide essential services under the authority of FAR Part 13.303, focusing on commercial products and services. This BPA is crucial for ensuring the operational efficiency of refrigeration and air conditioning systems, which are vital for maintaining a comfortable and functional environment in military facilities. The BPA will have a five-year ordering period, with the award expected on or about March 1, 2026. For further inquiries, interested parties may contact Christine Butler at christine.w.butler2.civ@us.navy.mil.