LC-777-Steam Plant-Repair Boilers 3 and 4 Burners, JEB Little Creek - Fort Story Base, Little Creek Site
ID: N4008525R2659Type: 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)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Boilers No. 3 and No. 4 at the LC-777 Steam Plant located at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. The project aims to enhance boiler performance by addressing airflow imbalances and soot accumulation, which have resulted in reduced steam capacities, through a series of inspections, airflow modeling, and necessary repairs. This initiative is crucial for maintaining operational efficiency and safety within military facilities, ensuring that the steam plant meets the required performance standards. Interested contractors must submit their proposals by May 20, 2025, following a site visit on May 13, 2025, with an estimated project cost between $250,000 and $500,000. For further inquiries, contact Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or call 757-462-1023.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation for the repair of boilers at the Joint Expeditionary Base in Virginia Beach, Virginia. The amendment outlines changes to the proposal timeline and responses to pre-proposal inquiries (PPIs) from contractors. Key updates include an extension of the proposal due date from May 12 to May 20, 2025, rescheduling the site visit from May 6 to May 13, and changing the cut-off date for inquiries from May 12 to May 16. The government provides clarifications on several points: confirmation of the burner manufacturer, handling of potential refractory repairs, preferences for boiler repair order, and preferred timing for the work. The document emphasizes the importance of contractors acknowledging receipt of the amendment by the specified deadline to avoid rejection of their offers. Overall, this amendment is part of the procurement process aimed at ensuring a clear understanding between the government and contractors regarding project expectations and timelines.
    The document outlines the specifications for the repair of Boilers No. 3 and No. 4 at the Steam Plant, located at the Joint Expeditionary Base in Virginia Beach, Virginia. The project includes work on boiler burners, refractory materials, and operational modeling to identify repair items. It specifies the General Requirements, Work Restrictions, Payment Procedures, Administrative Requirements, and Submittal Procedures essential for contractors. Key components include a detailed summary of work covering necessary submittals for government approval, a clear definition of preconstruction submittals, identification of funding and payment procedures, and importance placed on quality control and safety measures. The document mandates that contractors maintain compliance with navy standards, manage construction schedules, and engage in proper documentation and reporting. Additionally, it emphasizes the requirement for coordination with Navy contractors, oversight of existing utilities, and the salvage of government property. Through these guidelines, the document aims to ensure successful, efficient repairs while adhering to regulatory standards, ultimately supporting the overall operational functionality of the naval facilities involved.
    The PWD Little Creek's Facilities Engineering and Acquisition Division has initiated a project focused on repairing Boilers No. 3 and No. 4 at JEBLCFS, which are currently operating at reduced steam capacities (70% and 35% respectively). This performance issue is attributed to developing hot spots in the boiler casings due to airflow imbalance and soot accumulation. The project aims to correct airflow and improve steam production capacity by inspecting and modeling the boilers' fuel and air flow characteristics, making necessary adjustments, and performing refractory repairs to center the flame and reduce hot spots during high firing rates. The contractor will carry out a series of inspections, including cleaning various components and performing computer-generated airflow modeling. Post-inspection, a report will be submitted detailing findings and recommended corrective actions. Subsequent tasks include manufacturing and installing air flow correction veins, refractory repairs, and commissioning the burners for both natural gas and fuel oil. The contractor will also provide necessary approvals and documents to the government. This comprehensive approach is aimed at enhancing boiler efficiency while ensuring safety protocols are adhered to throughout the process.
    The document outlines a Request for Proposal (RFP) issued by NAVFAC Mid-Atlantic for the construction of a steam plant at Building 777. The emphasis is on soliciting bids from qualified contractors to undertake the building project. This initiative is part of the federal government's efforts to enhance infrastructure and energy efficiency within military facilities. While the repeated lines of text appear to be an error or formatting issue, the core topic remains focused on the construction project, highlighting the relevant scope and requirements associated with the steam plant installation. The successful contractor will need to comply with federal regulations and standards throughout the construction process, which includes engineering specifications, safety measures, and operational guidelines to ensure proper functionality and efficiency of the steam plant within the military environment. Overall, this RFP represents a significant opportunity within the context of government contracting and infrastructure development, indicating ongoing investment in energy and facility improvements by the federal government.
    The document addresses a technical issue regarding access to a government file, specifically the requirement for Adobe Reader 8 or higher to open a certain PDF. It highlights potential problems users may encounter, such as the absence of Adobe Reader or misconfiguration of their viewing environment which could impede access. For resolution, it directs users to the Adobe website for installation and configuration support. This file is linked to federal government requests for proposals (RFPs), grants, and related user guides, emphasizing the importance of proper software functionalities for stakeholders needing access to official documentation. Adequate software tools are crucial for effective participation in federal and state/local grant processes.
    The document pertains to RFP 4008521D0031, which outlines details related to a federal request for proposals and associated applicant information. It includes fields for individual identification, such as Social Security Number (SSN), personal details (last name, first name, middle name, date of birth), and organizational affiliations (facility, company, sponsor, and sponsor command). Additionally, it lists the sponsor's contact information, including a phone number and email address. The document appears to be structured as a data collection format, indicating the requirements and information needed from respondents to ensure proper evaluation and compliance with the RFP’s specifications. The primary focus is to gather pertinent data from applicants to facilitate the government's assessment process for grant eligibility or proposal submissions, demonstrating adherence to federal regulations common in RFP contexts.
    The document pertains to a Request for Information (RFI) related to government procurement processes that involve queries from offerors and responses from government representatives. It outlines the format for submissions, specifying the reference question, government response, page, section, paragraph, and details about the offeror and government responder, including names and emails. Each submission may include amendments to clarify or update information. The primary purpose of the document is to streamline communication in the procurement process, enabling potential contractors or vendors to seek further information while ensuring that the government can effectively manage responses and enhance project transparency. By maintaining organized records of inquiries and responses, the document serves as a fundamental component in ensuring compliance with federal and local procurement standards and facilitating the effective execution of projects. Overall, the RFI process is integral to fostering clear interactions between government entities and potential offerors, enhancing the quality of submitted proposals or bids.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide serves as a comprehensive manual for vendors engaging with the Department of Defense (DoD) solicitation processes. The PIEE platform provides an automated and secure method for managing solicitations. Vendors are categorized into two roles: Proposal Manager, required for submitting offers, and Proposal View Only, which allows viewing of offers. The guide outlines step-by-step procedures for both new and existing users to register or update their accounts. New users must complete a registration process, including creating security questions, entering their company information, and selecting appropriate roles. Existing users can add additional roles through their account settings. Support resources available include assistance from an Account Administrator for profile management and a dedicated help desk for technical issues. Additionally, the Roles and Actions/Functions Matrix clarifies the capabilities associated with each vendor role, ensuring users understand their permissions related to solicitation activities. Overall, the guide aims to streamline and enhance the vendor participation experience in federal contracting and procurement activities.
    The document presents a solicitation (N4008525R2659) for contractors to provide a price proposal for repairs to Boilers 3 and 4 at the LC-777 Steam Plant, located at the JEBLCFS facility in Little Creek. Contractors are instructed to submit a lump-sum price for the entire scope of work, which must cover all associated costs including labor, materials, tools, and management, in accordance with provided drawings and specifications. The contract will be awarded based solely on the total price proposal for Line Item 0001, and no adjustments for economic conditions will be permitted. This solicitation outlines the expectations for bids, emphasizing the need for a firm fixed price to ensure clarity in budgeting and accountability for all project aspects, aligning with typical federal procurement standards in government contracts.
    The document addresses the acknowledgment of amendments associated with a government Request for Proposal (RFP) or grant. It outlines a structured form for offerors to submit their details, including the name of the offeror, the authorized individual authorized to sign, and respective signatures. The section for "Amendments Acknowledged" is included but remains blank, indicating that it's designed to be filled out by the offeror as each amendment is received. This format underscores its role in ensuring compliance with modification requirements throughout the bidding process for federal and state/local projects. The primary purpose is to facilitate proper documentation of any changes to the original proposal, ensuring that all parties are informed and in agreement regarding amendments that may affect the bid submission process.
    This document outlines specific solicitation provisions impacting federal contracting processes. It addresses four key areas: 1. **Covered Telecommunications Equipment**: Offerors must confirm that they do or do not provide certain telecommunications equipment or services as defined by prior clauses. They must also check the System for Award Management (SAM) for excluded parties. 2. **Delinquent Tax Liability or Felony Conviction**: As mandated by federal law, corporations must declare any unpaid federal tax liabilities or felony convictions within the last 24 months. Contracts cannot be awarded to corporations under these conditions unless assessed otherwise by the awarding agency. 3. **Prohibition on Forced Labor from Xinjiang**: Offerors must ensure that their contracts do not involve products connected to forced labor practices in the Xinjiang Uyghur Autonomous Region (XUAR). A good faith effort to prevent such involvement is required. 4. **Russian Fossil Fuel Operations**: Contractors must represent that they do not have business operations related to fossil fuels with entities significantly owned by the Russian government or connected to sanctioned companies, adhering to specific transportation rules regarding oil and gas. Overall, these provisions reflect the government's commitment to ensuring ethical procurement practices while mitigating risks associated with sensitive geopolitical issues and compliance with federal laws.
    The Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC) is issuing a Request for Proposals (RFP) for the repair of Boilers 3 and 4 at the LC-777 Steam Plant, located at Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, VA. This project falls under an Indefinite Delivery, Indefinite Quantity (IDIQ) multiple award construction contract primarily serving the Hampton Roads area. The objective is to enhance boiler performance by centering the flame and reducing hot spots, with completion required within 180 days post-award. The estimated project cost ranges from $250,000 to $500,000. A site visit is scheduled for May 6, 2025, with proposal submissions due by May 14, 2025. Additionally, proposals will be evaluated based on the lowest price, and offerors must adhere to specific bonding and insurance requirements as outlined. The solicitation emphasizes the importance of attending the site visit and submitting any pre-proposal inquiries by a designated deadline. The document includes various attachments that outline specifications, forms, and other essential information relevant to the bidding process.
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Navy Inn Repair Conference Room HVAC
    Buyer not available
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inns and Suites (NGIS) Oceana in Virginia Beach, Virginia. The project involves inspecting, removing, and replacing non-functional HVAC components to restore full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated at less than $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, along with a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit prior to submission. For further inquiries, contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    Y1DA--657-26-109JB, Upgrade Master Boiler Program Logic Controls l STL
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to participate in a Sources Sought Announcement for the Upgrade Master Boiler Program Logic Controls at the St. Louis Jefferson Barracks, MO VAMC (Project 657-26-109JB). The objective of this procurement is to replace outdated hardware and software in the Plant Master Panel, three boiler PLCs, and the SCADA system with modern, supported platforms, ensuring improved reliability and safety. This project, estimated to cost between $250,000 and $500,000, requires contractors to provide all necessary labor, materials, and resources while adhering to specified regulations and standards. Interested firms must submit a Capability Statement by December 10, 2025, detailing their experience and socio-economic status under NAICS code 238220, and should contact Kevin A. Mahoney at kevin.mahoney3@va.gov for further information.
    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 bids 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 contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    J045--Newington Campus BEI Corrections *Site Visit Update*
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for safety deficiency corrections at the VA Connecticut Healthcare System's Newington Campus Boiler Plant. This procurement, designated as RFQ 36C24126Q0062, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves critical repairs and upgrades to Boilers 1 and 2, as well as general site corrections, to ensure compliance with VA Directive 1810 and other applicable regulations. The work is essential for maintaining the operational safety and efficiency of the facility's boiler systems, following an inspection by the Boiler Efficiency Institute, Inc. Interested vendors must attend a mandatory pre-bid walkthrough on December 10, 2025, and submit their quotes by December 19, 2025, at 5:00 PM EST. For further inquiries, contact Nathan Langone at Nathan.Langone@va.gov or by phone at 603-624-4366.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    Boiler Water Treatment and Boiler commissioning Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.