DESIGN-BID-BUILD, WTP CLEARWELL REPAIR/REPLACEMENT, NAVAL STATION GREAT LAKES, GREAT LAKES, ILLINOIS
ID: N4008525R2543Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the Design-Bid-Build project focused on the repair and replacement of the Water Treatment Plant (WTP) Clearwell at Naval Station Great Lakes in Illinois. This project encompasses a range of construction activities, including hazardous material abatement, the construction of new concrete storage tanks, and the installation of a pump station and necessary piping systems, all aimed at enhancing the facility's water treatment capabilities. The project is critical for maintaining essential water services for the naval base and its surrounding community, ensuring compliance with federal safety and environmental regulations. Proposals are due by April 22, 2025, and interested contractors should contact Ashlee Beggs at Ashlee.beggs@navy.mil or Catharine Keeling at catharine.a.keeling@navy.mil for further details.

Files
Title
Posted
Apr 10, 2025, 5:05 PM UTC
The document pertains to a pre-proposal inquiry for the solicitation N4008525R2543, focusing on the DESIGN-BID-BUILD of the Water Treatment Plant (WTP) Clearwell Repair or Replacement project at Naval Station Great Lakes in Illinois. It outlines the need for contractors or firms to submit inquiries regarding the project to facilitate the bidding process. The attachment provides a structured form for stakeholders to ensure that questions are clearly presented and addressed. This initiative highlights the federal government's approach to maintaining and upgrading essential infrastructure within military installations, emphasizing transparency and engagement with potential contractors. Effective communication and detailed inquiry submissions are encouraged to enhance project efficiency and compliance with federal requirements. Overall, the inquiry submission form serves as a critical tool to support the structured procurement process for this significant infrastructure project.
Apr 10, 2025, 5:05 PM UTC
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide provides a comprehensive overview of the registration process for vendors wishing to engage with the Department of Defense (DoD). The guide details the automated and secure solicitation process through PIEE, outlining two key user roles: Proposal Manager and Proposal View Only. For new users, it offers a step-by-step registration procedure, beginning with user account creation and culminating in role selection and confirmation. Existing users are guided on how to add roles to their accounts. The document includes essential information on obtaining account and technical support, with links for further assistance. Additionally, a Roles and Actions/Functions Matrix is provided, detailing permissions associated with each role, such as submitting offers or viewing proposals. This guide serves to streamline vendor participation in federal solicitations, ensuring ease of access and clarity in the registration process for DoD procurement activities.
Apr 10, 2025, 5:05 PM UTC
The file pertains to a Request for Proposal (RFP) for the DBB WTP Clearwell Repair/Replacement project at Naval Station Great Lakes, Illinois. It outlines a Construction Experience Project Data Sheet that offers a framework for bidders to present their qualifications. Essential elements include the firm's name, contact details, and their roles in previous projects (prime contractor or subcontractor). Bidders are required to detail the nature and significance of past projects, including work type (new construction, renovation, etc.), contract types, award amounts, and final prices. The document emphasizes the importance of relevant experience by requesting descriptions of project relevancy, unique features, and self-performed work. This structured approach allows the government to assess the capabilities and track records of potential contractors, ensuring they can meet the project requirements effectively. The focus remains on construction expertise and project management proficiency to guarantee successful project execution.
Apr 10, 2025, 5:05 PM UTC
The document pertains to the evaluation process for contractors submitting proposals for the DBB WTP Clearwell Repair/Replacement project at Naval Station Great Lakes, Illinois. It outlines the Past Performance Questionnaire (PPQ) requirements in conjunction with the Contractor Performance Assessment Reporting System (CPARS). Offerors must submit a PPQ unless a completed CPARS evaluation is available. The form includes sections for contractor and client information, details of the contract, project description, and evaluations based on various performance criteria. The evaluation utilizes adjectival ratings ranging from Exceptional to Unsatisfactory to assess contractor performance in specific areas, including quality, schedule adherence, customer satisfaction, management effectiveness, financial management, and safety. The client fills out the questionnaire to assess the contractor's performance and provides a summary rating. This structured approach emphasizes the importance of past performance in contractor selection, aligning with federal contracting standards. The comprehensive assessment ensures that bidders demonstrate their capability and reliability, thereby aiding the government in making informed decisions regarding contract awards.
Apr 10, 2025, 5:05 PM UTC
The presented Price Schedule details a Request for Proposals (RFP) for the NAVSTA Great Lakes Water Treatment Plant (WTP) Clearwell Repair and Replacement project. It outlines the requirements for potential contractors to provide itemized pricing for various tasks related to the project's construction, including both base work and optional items. The line items encompass the scope of work from the new clearwell structure and modifications to existing infrastructure, with specific mention of substructures, superstructures, and associated sitework such as paving, landscaping, utilities, and electrical work. Additionally, unit pricing for structural crack and delamination repairs is requested, alongside an option for valve replacement work. The document emphasizes compliance with provided drawings and specifications, indicating a structured approach to ensure bid clarity and project scope integrity. This RFP serves as a crucial communication tool for the government to solicit accurate proposals to achieve project goals while adhering to budgetary constraints and quality standards.
The document outlines the Small Business Participation Commitment Document (SBPCD) for the Design-Bid-Build project focused on the Water Treatment Plant (WTP) Clearwell Repair/Replacement at Naval Station Great Lakes, Illinois. All offerors, regardless of size, must complete the SBPCD to demonstrate their commitment to subcontracting with small businesses (SBs) in accordance with the solicitation’s requirements. A minimum small business participation level of 25% of the total contract value (TCV) is mandated. The attachment includes sections for offerors to indicate their business size, socioeconomic categories, subcontractor breakdowns, and firm commitments to small businesses. It necessitates an explanation if the minimum participation is not met, as well as identification of SBs with established agreements for the project. The rationale for not including subcontractors must also be provided if applicable. Overall, the document serves as a critical evaluation tool to assess the offeror's commitment to small business utilization within federal contracting, promoting inclusivity and economic opportunity for small enterprises in government projects.
The document outlines the Individual Small Business Subcontracting Plan (SBSP) required for the Design-Bid-Build Water Treatment Plant Clearwell Repair/Replacement project at Naval Station Great Lakes, Illinois. It is essential for large businesses submitting bids to demonstrate how they will meet small business participation goals, in accordance with Federal Acquisition Regulations (FAR) 19.704. The plan includes details such as total contract value, subcontracting goals by business categories (e.g., Small Business, Women-Owned Small Business, HUBZone) and explanations for those goals. Specific procedures for outreach to small business communities, methods for identifying potential sources, and the administration of the subcontracting program are outlined. The document mandates that the prime contractor maintain comprehensive records to ensure compliance with the subcontracting goals and submit periodic reports. The SBSP emphasizes the importance of equitable opportunities for small businesses to participate in federal contracts, reinforcing the commitment to maximize participation in line with federal policy objectives surrounding small business engagement and support.
Apr 10, 2025, 5:05 PM UTC
The document outlines the requirements for Attachment H of a Request for Proposal (RFP) related to the DBB WTP Clearwell Repair/Replacement project at Naval Station Great Lakes, Illinois. It mandates that all offerors, regardless of size, complete a form detailing their historical utilization of small businesses in support of the evaluation of Small Business Utilization and Participation. Offerors must provide details for each project regarding contract numbers, project titles, performance roles, actual subcontracted values, and any established goals. The form includes sections for project financials, a breakdown of subcontracting values by various categories of small businesses, and requires explanations for any unmet goals or zero subcontracting achievements. This document serves to ensure that the government can assess the offerors’ commitment to small business participation in contracting opportunities, critical for compliance with federal regulations promoting small business engagement in government contracts.
Apr 10, 2025, 5:05 PM UTC
The WTP Clearwells Repair/Replacement project at Naval Station Great Lakes aims to repair and upgrade essential water treatment facilities. This initiative includes the abatement of hazardous materials, demolition of existing infrastructure, and construction of two 410,000-gallon clearwells and a transfer pump station. The project also involves installing mechanical, electrical, and telecommunication systems to automate processes while ensuring compliance with safety standards. The work must be carefully scheduled to minimize disruptions to ongoing water treatment operations since the facilities will remain occupied during construction. Moreover, strict adherence to environmental regulations, including the disinfection of water systems, is required before placing the facilities into service. A detailed submittal process and structured payment procedures linked to Earned Value Reports are established to ensure project accountability and compliance with federal contracting regulations. Overall, this project reflects the government’s commitment to maintaining and modernizing vital infrastructure while prioritizing public health and safety throughout the construction process.
Apr 10, 2025, 5:05 PM UTC
The document outlines the specifications and design milestones for the Water Treatment Plant (WTP) Clearwells Repair/Replacement project overseen by the Naval Facilities Engineering Systems Command in Norfolk, Virginia. It details the planning phases, including the submission deadlines for design stages ranging from 35% to 100%, culminating in a Final Design Submittal by December 20, 2024. Key considerations include construction phasing plans, site layout, as well as life safety and compliance with relevant codes such as the NFPA and IBC. The project emphasizes maintaining operational integrity during construction, ensuring that existing utilities and facilities are not adversely affected. Various technical notes specify equipment installation requirements and effective management of existing structures. The document also outlines fire protection requirements, particularly focusing on automatic sprinkler systems and fire alarms as mandated by safety codes. Overall, this comprehensive submission illustrates the commitment to enhancing the infrastructure at the Great Lakes facility, reiterating adherence to safety, structural, and environmental standards during upgrades aimed at sustaining water treatment capabilities.
The Naval Station Great Lakes (NSGL) Water Treatment Plant in North Chicago, IL, is set for a significant renovation involving the repair and replacement of Clearwell tanks to enhance its water treatment capabilities. Operated by the Navy’s NAVFAC, the facility serves over 21,000 individuals and runs 24/7 to supply potable water for the base and key installations, including the Lovell Federal Health Care Center. The project includes the construction of two new Clearwell tanks (410,000 gallons each), a transfer pump station, and substantial site modifications. Key activities encompass demolition, hazardous material remediation, utility relocations, and integration of a SCADA system for monitoring and control. Environmental and operational considerations are paramount, with plans for a phased construction approach to minimize service disruption. This project reflects a critical investment in maintaining essential water service infrastructure while adhering to federal and state environmental regulations. Overall, the scope emphasizes the necessity of modernizing aging facilities to meet current demands and operational standards while ensuring continuous safe water supply to the naval base community.
Dec 3, 2024, 8:56 PM UTC
The "Sources Sought – Contractor Information Form" serves as a tool for contractors to submit their general information to federal entities during the procurement process. The form requests basic contractor details, including unique identifiers (UEI and CAGE Code), firm name, and contact information for a point of contact (POC). Additionally, contractors are prompted to specify their business type, indicating any relevant certifications like SBA 8(a) or HUBZone status. Furthermore, the form inquires about the contractor's bonding capacity, requiring the name of the surety and respective maximum bonding amounts for individual and aggregate projects. An optional section allows for further clarification of provided information. This document plays a fundamental role in gathering critical data for evaluating potential contractors, ensuring compliance with federal standards during the solicitation of proposals and contracts necessary for government projects.
Apr 10, 2025, 5:05 PM UTC
The document is an amendment to Solicitation No. N40085-25-R-2543 regarding the Design-Bid-Build project for Water Treatment Plant Clearwell Repair/Replacement at Naval Station Great Lakes, Illinois. The amendment updates applicable clauses, incorporates responses to pre-proposal inquiries, and includes a site visit log. Key changes include an assertion that the project requires compliance with Build America, Buy America (BABA) and American Iron and Steel (AIS) regulations, as evidenced by incorporated FAR clauses. The amendment modifies the unit of issue from “Each” to “Project.” Additional representations and certifications have been introduced to ensure compliance with federal standards, including several related to small business qualifications and environmental considerations. Specific criteria for domestic and foreign construction materials in relation to the Buy American statute are detailed, along with procedures for requesting exceptions. Overall, the amendment guides contractors on adherence to updated requirements and clarifies the project’s compliance obligations, reinforcing the government's initiative to integrate domestic materials and support small businesses within federal contracting processes.
Apr 10, 2025, 5:05 PM UTC
The document is an amendment to Solicitation No. N40085-25-R-2543 concerning the design-bid-build project for the Water Treatment Plant (WTP) Clearwell repair/replacement at Naval Station Great Lakes in Illinois. The primary purpose of this amendment is to extend the proposal due date from April 7, 2025, to April 22, 2025, at 2 PM ET. Additionally, it updates the Defense Federal Acquisition Regulation (DFAR) clause 252.225-7933, shifting its reference from Section 00 70 00 (Conditions of the Contract) to Section 00 45 00 (Representations and Certifications). This alteration underscores a strategic adjustment in procurement guidelines related to foreign-made unmanned aircraft systems. The amendment emphasizes adherence to updated regulatory requirements, reflecting the government’s commitment to ensuring compliance during the contracting process. Overall, the amendment facilitates contractor participation and streamlines regulatory documentation for the solicitation, aligning with the government's objectives for transparency and effective procurement management.
Apr 10, 2025, 5:05 PM UTC
The document represents an amendment to solicitation N40085-25-R-2543 for the design-bid-build project of a water treatment plant (WTP) clearwell repair/replacement at Naval Station Great Lakes, Illinois. It primarily aims to amend the solicitation by incorporating new wage determinations, providing additional attachments, and offering responses to pre-proposal inquiries (PPIs). Major changes include replacing the wage determination IL20240008 with IL20250020 and multiple amendments related to project specifications. Contractors must acknowledge receipt of this amendment and are encouraged to submit proposals promptly, as the due date has been extended to April 22, 2025. The document systematically organizes inquiries from potential contractors, addressing key points like compliance with the Buy American Act and specifics on project design considerations. Additionally, it provides insights into wage rates and labor classifications relevant to construction activities, reinforcing federal labor regulations. Overall, this amendment reflects the federal government's continuous effort to update contract requirements and ensure compliance with applicable laws while engaging contractors for necessary infrastructure projects.
Apr 10, 2025, 5:05 PM UTC
Apr 10, 2025, 5:05 PM UTC
The document outlines Solicitation No. N40085-25-R-2543 for a design-bid-build project focused on the repair and replacement of the water treatment plant (WTP) clearwell at Naval Station Great Lakes in Illinois. The project includes a comprehensive range of work such as hazardous material abatement, construction of new concrete storage tanks, a pump station, and necessary piping systems. The solicitation emphasizes full and open competition, inviting sealed bids from contractors, with proposals due by April 7, 2025. Key evaluation factors will assess corporate experience, management approach, safety, past performance, and small business utilization. Offerors must demonstrate relevant project experience, particularly in water treatment facilities, and commit to employing small businesses during contract execution. The timeframe for project completion is set at 1095 calendar days, with provisions for performance bonds and proposals that adhere to specific submission requirements. The intent is to solicit high-quality bids while ensuring compliance with safety and regulatory standards throughout the project execution.
Dec 3, 2024, 8:56 PM UTC
The provided document is a "Sources Sought – Project Information Form" intended for contractors to demonstrate relevant project experience in response to government requests for proposals (RFPs) and grants. Contractors must submit information about up to five relevant projects, limiting each response to two pages. The form requests detailed data such as contractor name, project number, contract details, award dates, completion percentages, and types of work (e.g., new construction, renovation). Critical sections include customer contact information, the contractor's role (prime or subcontractor), and specific project descriptions, including the percentage of self-performed work. The document emphasizes the submission of comprehensive project details to verify qualifications and past performance, essential for government contracting processes. This form is vital for ensuring that proposals align with federal and state procurement requirements, promoting accountability and transparency in public project management.
Similar Opportunities
B564 INSTALL CWP EVAPORATOR
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the installation of a Controlled Pure Water (CPW) Evaporator at the Naval Submarine Base New London in Groton, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment to install a new mezzanine, stairs, railings, and the CPW Evaporator, among other components, within a 270-day timeframe. This installation is crucial for maintaining and upgrading military infrastructure, ensuring operational efficiency and compliance with safety standards. Interested contractors must be part of the specified MACC group and submit their proposals by April 23, 2025, with a contract value estimated between $500,000 and $1,000,000. For further inquiries, potential bidders can contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or Shawn Drake at shawn.a.drake3.civ@us.navy.mil.
Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the electrical infrastructure and ensure the reliability of utility services critical to the operations at the naval station. The work involved is vital for maintaining operational readiness and safety standards within the facility. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the solicitation process.
Rehabilitation of Wells 585 & 606
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the rehabilitation of Wells 585 and 606 at Marine Corps Base Camp Lejeune in North Carolina. The project involves the installation of new submersible pumps, stainless-steel piping, and various control components, with strict adherence to environmental, health, and safety regulations, as well as compliance with state and federal codes. This rehabilitation is crucial for ensuring a safe and efficient water supply for military operations, emphasizing the importance of maintaining existing infrastructure. Interested contractors, specifically those listed as Mechanical MACC Contractors, must submit their proposals by May 1, 2025, with an estimated project cost between $250,000 and $500,000, and are encouraged to attend a site visit scheduled for April 10, 2025. For further inquiries, contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
Water Testing & Treatment Service
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
LP-40 Install In-Line Receipt Filtration, Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. This project involves the demolition of an existing aboveground fuel filtration system and the installation of a new filtration system, including necessary electrical work and structural modifications, all to be completed within 270 calendar days post-award. The procurement is significant for enhancing fuel service operations at the naval facility, ensuring compliance with safety and operational standards. Proposals are due by May 14, 2025, with a site visit scheduled for April 8, 2025; interested contractors should contact Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil for further details.
SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) WATER/WASTEWATER UTILITIES MULITPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AREA OF RESPONSIBILITY (AOR)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses for a Sources Sought Notice regarding an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build and Design-Bid-Build Multiple Award Construction Contract (MACC) for water and wastewater utilities. The contract will encompass new construction, renovation, alteration, demolition, and repairs of various water and wastewater facilities across multiple states, including South Carolina, Georgia, Florida, and others, with an anticipated total value of $249 million over five years. Interested parties must demonstrate relevant experience and bonding capacity, with submissions due by 3:00 PM Eastern Time on May 9th, 2025, to the designated contacts, Marina G. Mote and Matthew Abbott, via email.
Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking bids for a construction project at Lakehurst Naval Base, part of Joint Base-MDL in New Jersey. The project involves the construction of a new 5,178 square foot manufacturing lab addition between two existing laboratory buildings, along with necessary renovations to those buildings, including asbestos remediation and utility relocations. This initiative is crucial for enhancing collaborative space for prototype, manufacturing, and engineering operations, with a contract value estimated between $5 million and $10 million. Interested small businesses must submit bids by the specified deadlines, with the solicitation expected to be advertised in April 2025 and contract award anticipated by June 2025. For further inquiries, contact Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.
Repair of Sodium Hypochlorite Storage Tanks
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
Station Freeport Potable Water Line Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the repair of a potable water line located under the parking lot at Station Freeport in Texas. The project involves locating and repairing a broken water line to restore water supply connections, including those for cutter shore ties and mooring hoses, while adhering to safety standards and minimizing disruption to station operations. This small business set-aside contract, with an estimated value under $25,000, requires contractors to inspect the site and submit their quotes by the specified deadline. Interested parties should contact Kala Lowe at kala.m.lowe@uscg.mil or 361-939-0245 for further details and to arrange site visits.
N40084 REPLACE WATER SOFTENER RESIN AT B226, 1504, 1521, AND 1600 AT NAF ATSUGI, JAPAN
Buyer not available
The Department of Defense, through the NAVFAC Far East, is soliciting proposals for the replacement of water softener resin at multiple buildings (B226, 1504, 1521, and 1600) at the U.S. Naval Air Facility in Atsugi, Japan. Contractors are required to provide all necessary labor, materials, and equipment to complete the project, and must be duly authorized to operate in Japan, complying with local laws and regulations. This procurement is critical for maintaining the operational efficiency of the facility's water systems, ensuring compliance with safety and quality standards. Interested contractors must submit their proposals in Japanese Yen by April 30, 2025, and are encouraged to contact Hikari Yamanomoto at hikari.yamanomoto.LN@us.navy.mil for further inquiries regarding the solicitation.