Chiller Replacement FC62, FC63, FC64
ID: N4008525R2625Type: 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 HVAC chillers at Buildings FC62, FC63, and FC64 located at Marine Corps Base Camp Lejeune, North Carolina. The project aims to upgrade the chillers' capacity from 91 to 110 nominal tons while ensuring that facility operations remain uninterrupted during construction. This procurement is critical for maintaining the efficiency and reliability of the HVAC systems within the base, reflecting the government's commitment to infrastructure improvement. Interested contractors must submit their proposals by March 7, 2025, with an estimated project cost ranging from $1,000,000 to $5,000,000, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the replacement of chillers at buildings FC62, FC63, and FC64, increasing their capacity from 91 to 110 nominal tons. The contractor is responsible for delivering materials, labor, and equipment, adhering to detailed specifications. Key requirements include cleaning existing chilled water piping, replacing chilled water pumps and variable frequency drives (VFDs), and ensuring that all chillers come with a one-year warranty and a factory performance test. The document specifies material requirements such as galvanized steel for chiller panels, copper tubing for condenser coils, and compliance with the Buy America Act. Additionally, the contractor must prepare piping diagrams subject to approval, and safety protocols for emergency connections must be followed. The scope of work mandates scheduled outages coordinated with Public Works, with a completion timeline of 540 days post-award. Submittals for all proposed equipment and materials require governmental approval to ensure compliance with established standards. This procurement process underscores the government's commitment to facility upgrades while maintaining operational efficiency and safety.
    The document outlines the pre-construction and closeout requirements for contractors involved in federally-funded projects. It details a series of mandatory submissions, including safety plans, compliance documents, schedules, and various reports that contractors must provide to the approving authority. Key categories of submittals include pre-construction documents (such as Accident Prevention Plans and Environmental Protection Plans), certificates of compliance, and testing reports. Additionally, specifics about the contractor, timeline, and action codes are noted for tracking purposes. The structured approach ensures adherence to safety and regulatory frameworks, highlighting the importance of organized documentation in project management. Overall, the document emphasizes the necessity of maintaining high standards of safety and compliance throughout the construction process as part of federal guidelines for contractor performance.
    The project outlined involves the installation of new HVAC chiller units at Buildings FC62, FC63, and FC64 on Camp Lejeune, NC. The work must be conducted while the facility remains operational, requiring the contractor to minimize disruption to normal activities. Supervision for the project can be managed by a single individual qualified to fulfill multiple roles, including Superintendent, Quality Control Manager, and Safety & Health Officer. This project emphasizes the importance of maintaining operational efficiency and safety during the installation process. Proper coordination is critical to ensuring that facility functions are not impeded while advancing necessary upgrades to the HVAC systems.
    The document outlines requirements and procedures for a construction contract at Marine Corps Base Camp Lejeune, North Carolina. The project encompasses various stages, including protection of existing structures and vegetation, phased construction scheduling, and contractor obligations for excavation notifications. Additionally, stringent access and safety regulations are detailed, mandating familiarity with base protocols and the use of personal protective equipment (PPE). Contractors must complete a detailed schedule of prices within 15 days of the award, and payments will be contingent on established invoices accompanied by appropriate documentation. The document emphasizes adherence to insurance requirements and effective use of the eCMS for electronic submissions of documents. Moreover, it underscores the importance of quality control, with specific roles and procedural requirements to ensure compliance throughout the project. The final sections mandate the submission of construction progress documentation and adherence to timelines for contract closeout, reinforcing the project's structured approach to successful completion and turnover to the government. Overall, the document serves as a comprehensive guide for managing construction activities, ensuring safety, quality, and regulatory compliance while fulfilling the contract's requirements.
    The "Camp Lejeune Contractor Environmental Guide" serves as a comprehensive resource for contractors at the Marine Corps Base Camp Lejeune and Marine Corps Air Station New River regarding environmental compliance and best practices. It outlines key definitions, the installation's environmental management framework, and training requirements focused on Federal and State environmental laws. The guide emphasizes the importance of the Environmental Management System (EMS) in mitigating environmental impacts associated with operational practices. Contractors must adhere to various regulations, including Executive Orders and Marine Corps directives while engaging in activities that may affect air quality, hazardous materials handling, and cultural resource management. The guide details the training requirements for contractors, urging them to complete both general environmental awareness and EMS-specific training before or shortly after commencing work. Additionally, it underscores the roles of the Environmental Management Division and Installation and Environment Department in maintaining oversight and providing assistance. Immediate contacts for emergencies and regulatory compliance are highlighted to ensure quick response and adherence to environmental standards. Overall, the guide reflects the Marine Corps' commitment to environmental stewardship while fulfilling its mission objectives.
    The solicitation for Chiller Replacement at MCB Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2625, invites proposals from three designated contractors, with a project completion timeline of 540 days and an estimated cost range of $1,000,000 to $5,000,000. The project requires maintaining facility operations throughout construction, and bidders will be evaluated based on the lowest price submitted. Key requirements include submission of bid and payment bonds for certain project cost thresholds, as well as adherence to wage determinations under the Davis-Bacon Act and applicable Executive Orders concerning labor rates. Contractors must respond by March 7, 2025, with a site visit to be scheduled post-amendment. The proposal includes three line items for pricing, each reflecting different building scopes, with provisions for the government to award additional options within 90 days of contract award. The document outlines various labor classifications and prevailing wage rates based on the locale and construction type, ensuring contractor compliance with federal wage standards. The procurement's focus aligns with governmental protocols of transparency and competitiveness in contractor selection for federal construction projects.
    The document provides a guideline specification for hydronic pipe cleaning and flushing procedures at Marine Corps Base Camp Lejeune, North Carolina. Its primary goal is to establish a systematic approach for removing contaminants such as organic soil, hydrocarbons, and iron oxide from hydronic systems while ensuring environmental safety. Key requirements include the proper handling and storage of cleaning detergents acceptable for sanitary sewer discharge and adherence to manufacturer specifications. The procedures outline the steps for cleaning, including maintaining water temperature, using specific detergents, and monitoring chemical levels such as sodium sulfite and pH. Details about the cleaning process are provided, including maintaining pump motor parameters and the importance of chemical treatments, as well as necessary post-cleaning documentation, such as water opacity tests and safety data sheets. This guideline reflects the government's efforts to maintain system integrity and compliance with environmental standards, as well as to ensure that contractors submit appropriate documentation throughout the process. Overall, it emphasizes the importance of best practices in maintaining hydronic systems while protecting both personnel and the environment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Replace All WSHP B496
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the replacement of Water Source Heat Pump (WSHP) units at Marine Corps Air Station in Cherry Point, North Carolina, under project number 7427910. The project involves the complete replacement of existing WSHP units while ensuring minimal disruption to the occupied building, necessitating careful coordination with the Contracting Officer and adherence to strict safety and scheduling protocols. With an estimated cost between $100,000 and $250,000, proposals are due by March 12, 2025, and the contract will be awarded based on the lowest price, with a completion deadline of 270 days post-award. Interested contractors should contact Linda Clark at linda.b.clark14.civ@us.navy.mil or 252-466-4130 for further details.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, requiring completion within 730 days post-award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and the Davis-Bacon Act, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    NH-16 Replace Air Cooled Chiller at Naval Support Activity (NSA), Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the replacement of an air-cooled chiller at the Naval Support Activity in Norfolk, Virginia. This project falls under an indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract focused on HVAC and mechanical projects, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 180 days from the award date. The procurement emphasizes compliance with federal regulations, including wage determinations under the Davis-Bacon Act, and requires contractors to adhere to specific security and ethical guidelines, such as those prohibiting the use of certain telecommunications equipment and ensuring no involvement with forced labor. Interested contractors must submit their proposals electronically via the PIEE system by March 20, 2025, and can direct inquiries to Shelby Howard at shelby.howard@navy.mil or Nathan Whybrew at nathan.b.whybrew@navy.mil.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement aims to secure comprehensive facilities support services, including maintenance and management tasks, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, with a base period of one year and four optional years. The services are critical for ensuring operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to maintaining high-quality infrastructure. Interested small businesses must submit their proposals by March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate understanding of the requirements.
    FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the replacement and upgrade of HVAC systems at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project specifically involves the removal of a failed 60-ton Daikin chiller and the installation of a new chiller along with Variable Frequency Drive (VFD) replacements, ensuring compliance with safety regulations and integration into the existing Energy Management System. This procurement is crucial for maintaining operational efficiency and safety at the marine sanctuary, which serves as an important environmental and visitor center. Interested small businesses must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date on or about March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Renovate Break Room and Entrance, B159 DLA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the renovation of the break room and entrance at Building 159, Marine Corps Air Station Cherry Point, North Carolina. The project aims to modernize and enhance the facility, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 300 days post-award. This renovation reflects the government's commitment to maintaining operational facilities while adhering to safety and technical standards. Interested contractors must submit their proposals by February 25, 2025, and are encouraged to contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further information.
    IDIQ Small Business Multiple Award Construction Contract for General Construction Projects Primarily for the Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Small Business Multiple Award Construction Contract focused on general construction projects primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point in North Carolina. The contract, set aside for small businesses under NAICS code 236220, aims to enhance construction capabilities with an estimated value of up to $495 million over five years, including a 'seed project' for the Design Wing Relocation at Camp Lejeune. Interested contractors must demonstrate their qualifications through detailed project experience and past performance evaluations, with proposals subject to a comprehensive review process emphasizing both price and technical merit. For further inquiries, potential bidders can contact Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil, with proposal submissions due by the specified deadline.
    SXHT 21-1005 Replace Chiller AHU and Fan Coil Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a chiller, air handling unit (AHU), and fan coil unit at Patrick Space Force Base in Florida. The project involves replacing an existing TRANE R-22 chiller with a TRANE R-410A chiller, along with upgrading associated components such as cooling towers, pumps, and electrical panels, while ensuring compliance with Florida Building Codes. This solicitation is set aside for Competitive Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget estimated between $500,000 and $1,000,000, with the solicitation expected to be released around March 7, 2025, and bids due 30 days thereafter. Interested bidders must be registered in the System for Award Management (SAM) and should note that funding is not currently available, meaning awards will only be made once funding is confirmed; the government reserves the right to cancel the solicitation without incurring costs to bidders. For further inquiries, potential bidders can contact Abigail Lynagh at abigail.bultman@spaceforce.mil or Hannah Gaddie at hannah.gaddie@spaceforce.mil.
    Chiller B3433
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a 140-ton Trane Ascend Chiller as part of the HVAC Chiller Replacement Standardization Program at Barksdale Air Force Base in Louisiana. This opportunity is set aside for small businesses and requires compliance with federal acquisition regulations, including registration in the System for Award Management (SAM) and adherence to specific technical and pricing criteria. The chiller is crucial for maintaining operational readiness and efficiency in air conditioning systems at military installations. Interested vendors must submit their quotes by February 20, 2025, at 1:30 PM CST, and can direct inquiries to SrA Darrell Gomba at darrell.gomba@us.af.mil or by phone at 318-456-4841.
    Replace Electrical Vault Doors, Frame and Hardware B150 & B148
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of electrical vault doors, frames, and hardware at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7390922. The project entails the removal and installation of heavy-duty insulated doors and associated hardware, ensuring compliance with safety and fire regulations while minimizing disruption to ongoing operations. This procurement is crucial for maintaining the integrity and security of the facility's infrastructure. Proposals are due by March 11, 2025, with an estimated project cost between $25,000 and $100,000, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.