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 requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, equipment, and supervision for the installation of new HVAC chiller units, including associated electrical components and chilled water piping, with a focus on compliance with the Buy American Act and specific construction standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, and a site visit scheduled for December 30, 2025. Interested contractors should contact Tony Benson at tony.d.benson1.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.

    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.
    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.
    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.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    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.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This procurement is a Total Small Business Set-Aside, allowing only pre-approved Roofing MACC Contractors to submit bids for the project, which has an estimated cost between $1,000,000 and $5,000,000 and requires completion within 450 days post-award. The solicitation emphasizes strict adherence to safety standards, personnel qualifications, and electronic management protocols, with proposals due by January 15, 2026, at 2:00 PM EST. Interested contractors can contact Jessica Huebner or Lauren Loconto for further details and clarification.
    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.
    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.
    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.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina, under solicitation number N40085-26-R-9001. The project involves replacing existing equipment and installing new generators, with specific requirements for compliance with electrical and environmental regulations, as well as adherence to strict construction protocols. This procurement is crucial for ensuring reliable power supply and operational readiness at the facility. Proposals are due by January 6, 2026, at 2:00 PM EST, and interested contractors must contact Tony Benson or Lauren Loconto for further details, with an estimated project cost between $100,000 and $250,000.