WATER TREATMENT PLANT (WTP) CLEARWELL REPAIR/REPLACEMENT CONSTRUCTION, GREAT LAKES, IL
ID: N4008525R2543Type: Presolicitation
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 Feb 14, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 14, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, 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 ensuring compliance with environmental regulations and maintaining safe potable water supply for military operations, with a completion timeframe of 1,095 calendar days. Interested contractors must submit their proposals by April 24, 2025, and can direct inquiries to Ashlee Beggs at Ashlee.beggs@navy.mil or Catharine Keeling at catharine.a.keeling@navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 23, 2025, 8:09 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 23, 2025, 8:09 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 23, 2025, 8:09 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 23, 2025, 8:09 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 23, 2025, 8:09 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 23, 2025, 8:09 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 23, 2025, 8:09 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 23, 2025, 8:09 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.
The Department of the Navy's Naval Facilities Engineering Command, Mid-Atlantic, has issued a Justification and Approval (J&A) for procuring Chlorine Analyzer units from Hach for the Water Treatment Plant (WTP) at Naval Station Great Lakes, Illinois. The project, under solicitation N4008525R2543, aims to repair and replace aging clearwell tanks to ensure the supply of safe potable water to various Navy commands while addressing deficiencies highlighted by the EPA. The new tanks will require additional chlorine analyzers to monitor chlorine levels as mandated by the Illinois EPA. The statutory authority for limiting competition is based on the necessity of using Hach equipment, the only model approved for integration with existing systems, to meet compliance with environmental regulations. Efforts to solicit offers from alternative manufacturers yielded no responses, thus confirming the need for this approach. The estimated construction costs will be determined fair and reasonable prior to contract award, and while no future competitions are planned, NAVFAC Mid-Atlantic will reassess should new sources emerge.
The Department of the Navy, specifically the Naval Facilities Engineering Command Mid-Atlantic, has issued a Justification and Approval (J&A) for the non-competitive acquisition of the GE Proficy Historian software. This software will enhance the Supervisory Control and Data Acquisition (SCADA) system at the Naval Station Great Lakes Water Treatment Plant (WTP) as part of the Design Bid Build project for clearwell tank repairs and replacements. The project aims to address deficiencies identified by the EPA and ensure compliance with the Safe Drinking Water Act. The overall goal is to improve the reliability and safety of potable water for various military commands. The J&A cites that only GE Proficy Historian can fulfill these specific requirements due to its compatibility with the existing SCADA system. Despite efforts to seek alternative solutions, no viable responses were received from a sources sought notice. The work is budgeted for completion within 1095 days and is funded through FY25 CNIC O&M,N. The Contracting Officer will ensure that pricing is fair and reasonable prior to award, focusing on total project pricing rather than individual line-items. Future competition for similar contracts may be assessed based on emerging sources.
The Department of the Navy's Naval Facilities Engineering Command has issued a Justification and Approval (J&A) for using a sole source, Allen Bradley by Rockwell Automation, for procuring Industrial Automation Equipment necessary for the water treatment plant at Naval Station Great Lakes. This project, the solicitation N4008525R2543, focuses on repairing and replacing clearwell tanks to enhance the potable water supply for various naval commands and comply with EPA regulations. The existing SCADA system will be expanded to control new tanks and pumping stations, ensuring seamless compatibility with current equipment, vital for reliable water supply operations. The action is justified under 10 U.S.C. 3204(a)(1) as only one responsible source satisfies the requirements. Attempts to source alternatives were made but yielded no responses; thus, the project will proceed as unrestricted full and open competition. The Contracting Officer will confirm that the pricing is fair and reasonable before the contract award. Overall, maintaining a single brand is essential for operational continuity and emergency responsiveness. The project is to be funded by FY25 CNIC O&M,N funds and must be completed within 1,095 days from the award date.
The Navy's Naval Facilities Engineering Command, Mid-Atlantic has issued a Justification and Approval (J&A) for utilizing CISCO as the sole provider for industrial ethernet (IE) network switches for the repair and replacement project at the Water Treatment Plant (WTP) at Naval Station Great Lakes, IL. This project is essential for addressing significant deficiencies in the existing water supply system, ensuring compliance with the EPA's Safe Drinking Water Act. The J&A cites statutory authority for non-competitive bidding, stating that CISCO's IE network switches are the only option that meets strict cyber security requirements for the Industrial Control System (ICS). The project, with a budget funded by FY25 CNIC O&M,N funds, will replace aging clearwell tanks and is required to be completed within 1095 days post-award. Extensive outreach to potential offerors via a sources sought notice received no responses, justifying the sole-source decision. The Contracting Officer will assess the fairness of proposed costs prior to awarding the contract, and while current efforts will not seek future competition for these services, NAVFAC will reconsider if new suppliers become available.
Apr 23, 2025, 8:09 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 23, 2025, 8:09 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 23, 2025, 8:09 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 23, 2025, 8:09 PM UTC
The document is an amendment to Solicitation No. N40085-25-R-2543 regarding the Design-Bid-Build project for the Water Treatment Plant (WTP) Clearwell Repair/Replacement at Naval Station Great Lakes, Illinois. The amendment serves to provide responses to Pre-Proposal Inquiries (PPI) related to the solicitation. Key adjustments include clarifications on project requirements: security system interfaces will not be needed; groundwater testing responsibilities are outlined; and specific cement types, power supply requirements, and permit responsibilities are detailed. The amendment confirms that the proposal due date remains fixed despite requests for extensions. Overall, the document ensures that contractors have access to essential information needed to prepare their proposals and comply with the project’s conditions, reflecting the government’s commitment to transparency and fair competition in the procurement process.
Apr 23, 2025, 8:09 PM UTC
The document outlines Amendment 0005 to Solicitation No. N40085-25-R-2543 for the Design-Bid-Build project concerning the Water Treatment Plant Clearwell at Naval Station Great Lakes, Illinois. The amendment extends the proposal due date from April 22, 2025, to April 24, 2025, at 2 PM ET. Additionally, it provides updated attachments, including an Installation Appearance Plan and soil characterization data, along with a revised Price Proposal Form. The amendment includes responses to several pre-proposal inquiries related to the project, clarifying specific technical requirements, including grounding for gate poles, cable specifications, and conditions for undercutting in foundation work. It emphasizes compliance with historical district regulations for signage, and outlines responsibility for waste profile management during soil disposal. This document is vital for interested bidders, ensuring they have the necessary information to prepare their proposals effectively and adhere to guidelines specified by the United States Navy's contracting authority.
Apr 23, 2025, 8:09 PM UTC
The document outlines Amendment 0006 for 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. It informs potential contractors about updates to the solicitation, including attachments that have been added. These attachments consist of revised price proposal forms and justification analyses (J&As) for various equipment and software related to the Clearwell project, such as a Hach Chlorine Analyzer, Historian Software, Industrial Automation Equipment, and Hach Network Switches. The amendment specifies that all terms and conditions of the original solicitation remain unchanged, except as indicated in the amendment, and emphasizes the necessity for contractors to acknowledge receipt of this amendment to avoid rejection of their offers. Correspondence regarding this amendment should be directed to the designated contracting officer via email.
Apr 23, 2025, 8:09 PM UTC
Apr 23, 2025, 8:09 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.
The NAVSTA Great Lakes Signage document outlines guidelines for establishing a comprehensive signage system intended to enhance wayfinding, improve site identity, and ensure consistency across the base. This new signage will clarify directions for vehicular and pedestrian traffic by utilizing simplified messages and strategic sign placement at key decision points. The system aims for a unified image, incorporating consistent materials, colors, and messaging to strengthen the overall appearance of the Installation. Key sections include programming sign messages and locations, establishing a clear hierarchy in sign types (directional, identification, and regulatory), and integrating maintenance protocols for longevity. Specialized signage will indicate functional areas through color-coding while adhering to federal design standards. Additionally, the guidelines address specific requirements for electronic signs, interpretive signage, and amenity identity signs to accommodate commercial uses. Overall, this document serves as a foundational framework for improving NAVSTA Great Lakes' signage infrastructure, reflecting the site's identity while ensuring safety and navigability for visitors and staff alike. Its alignment with federal requirements underlines the importance of maintaining standardization and aesthetic coherence in government facilities.
Apr 23, 2025, 8:09 PM UTC
Sterling Labs conducted an analytical report for CDM Smith Inc. regarding soil samples from the Great Lakes Naval Base, North Chicago, as part of Work Order 23120582. The lab received four soil samples on December 20, 2023, which were analyzed for various volatile and semi-volatile organic compounds, metals, and other parameters following EPA and TNI standards. The results indicated that many contaminants, including volatile organic compounds (VOCs) and specific metals, were not detected at the reporting limits, while some metals, such as lead and barium, had low concentrations. The report emphasizes compliance with established quality control measures and analytical methods. The findings are crucial for supporting environmental assessments and remediation efforts, ensuring safe conditions in accordance with federal and state environmental regulations. The report is confidential and intended solely for the client, highlighting the importance of maintaining data integrity in governmental and environmental projects.
Apr 23, 2025, 8:09 PM UTC
The document outlines a price schedule for the repair and replacement of the Water Treatment Plant (WTP) Clearwell at NAVSTA Great Lakes. It details line items for various components of the project, including the base price for the entire work and sub-structures for both the Clearwell and Transfer Pump Station. Each item specifies the quantity needed and requires a unit price to be provided by bidders. The schedule is structured to ensure transparency in pricing while delineating responsibilities for different aspects of the work, such as the construction of new structures and modifications to existing ones. The overall goal is to secure competitive bids to execute the project in accordance with specified drawings and standards, emphasizing the importance of completeness and specification adherence in the bidding process.
Apr 23, 2025, 8:09 PM UTC
The document outlines the PRICE SCHEDULE for a project involving the repair and replacement of the Water Treatment Plant (WTP) Clearwell at NAVSTA Great Lakes. It enumerates various line items, including base prices for the entire work and specific substructures and modifications of Clearwell components, each requiring line item pricing for assessment. Key remarks indicate that the contract award will be evaluated based on the total proposed price, including options, and that failure to provide prices for any line items may lead to proposal rejection. The government reserves the right to exercise options for additional work as needed, emphasizing adherence to established pricing and responsiveness standards. Additional bonding requirements are specified if the optional line item is executed, with a critical note on maintaining balance in pricing to avoid non-responsiveness due to unbalanced offers. Overall, the document outlines essential contractual and pricing conditions to guide potential contractors in forming competitive bids aligned with government procurement protocols.
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
LP-40 Install In-Line Receipt Filtration, Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. This procurement involves the demolition of an existing aboveground fuel filtration system and the installation of a new filtration system, including necessary electrical work, all to be completed within 270 calendar days post-award. The project is critical for enhancing fuel filtration capabilities at the naval facility, ensuring compliance with safety and operational standards. Proposals are due by May 21, 2025, with a mandatory site visit scheduled for April 8, 2025. Interested contractors should contact Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil or (757) 341-0564 for further details.
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.
Y1JZ--FY25: NRM (PROJ: 673-21-144) BB Install Main Water Well and Tower
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the installation of a main water well and elevated water tower at the James A. Haley VA Medical Center in Tampa, Florida, under Project Number 673-21-144. The project aims to enhance the facility's water supply system, which currently does not meet the necessary pressure and storage requirements, by constructing a new 1,000,000-gallon elevated tank and associated infrastructure while ensuring minimal disruption to ongoing operations. This procurement is particularly significant as it reflects the VA's commitment to improving essential services for veterans, with an estimated construction cost between $10 million and $20 million and a project duration of approximately 550 days. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must submit their proposals electronically by May 29, 2025, and can contact Contracting Officer Cynda J Rosa at Cynda.Rosa@va.gov for further information.
Repair Well 3 and Well 5 with SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and automation of Well 3 and Well 5 at Shaw Air Force Base, which includes the installation of SCADA (Supervisory Control and Data Acquisition) systems. The project requires the integration of process equipment and control systems, adhering to established guidelines and standards, including those from ANSI, AWWA, NEC, and UPC. This procurement is critical for ensuring efficient water supply management and operational reliability at the base. Interested contractors should note that the estimated contract value is between $500,000 and $1 million, with bids due by May 20, 2025, and a site visit scheduled for April 18, 2025. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381.
Building B280 Replace Mechanical and Plumbing
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to replace mechanical and plumbing systems at the 182 Airlift Wing in Peoria, Illinois. The project involves comprehensive work including the renovation of restrooms, installation of a water softener, and replacement of the heating water piping system and boiler, with a contract duration of 180 calendar days following the Notice to Proceed. This opportunity is set aside for Historically Underutilized Business (HUBZone) concerns, with an estimated project value between $250,000 and $500,000, and the solicitation is expected to be issued around May 8, 2025. Interested contractors should register in the System for Award Management (SAM) and direct inquiries to SMSgt Ben Yeutson or Mr. Jason Shallenberger via email.
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.
Development of 11.5 Acres on Ray St, Great Lakes, IL Request for Interest (RFI)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking expressions of interest for the development and improvement of an 11.5-acre land parcel located at Naval Station Great Lakes, Illinois. The objective is to gather insights from interested entities regarding potential long-term leasing opportunities, with a focus on in-kind contributions for maintenance and infrastructure enhancements, as well as facility types such as data centers and light industrial uses. This initiative aims to address aging infrastructure challenges while maintaining operational readiness at the site, which is divided into three distinct areas: Ray North, Ray Central, and Ray South. Interested parties are invited to submit their proposals by 2:00 PM EST on June 23, 2025, and may direct inquiries to Derek Crute Jr. at derek.a.crute2.civ@us.navy.mil or Malia Ancheta at malia.j.ancheta.civ@us.navy.mil.
N4425525R1504 Waterfront MACC, NAVFAC Northwest
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is preparing to solicit proposals for a Waterfront Multiple Award Construction Contract (MACC) aimed at addressing construction needs within its area of responsibility, primarily in Washington State. This procurement will encompass a range of construction activities, including new construction, renovation, and repair of marine facilities such as piers, wharves, and docks, with a total contract value not to exceed $700 million and individual task orders ranging from $100,000 to $200 million. Interested contractors should note that the solicitation is expected to be issued in May 2025, with a two-phase proposal process and a minimum guarantee for all MACC awardees. For further inquiries, potential offerors can contact Emily Slate at emily.m.slate.civ@us.navy.mil or Nancy Coffee at nancy.coffee@navy.mil.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Treatment/Chemical Injection System for Cooling Tower - Water Treatment and Maintenance
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals for a Treatment/Chemical Injection System for Cooling Tower Water Treatment and Maintenance at Picatinny Arsenal, New Jersey. The procurement involves providing monthly water analysis, employee training, and maintenance services for the cooling tower system, with a contract duration of twelve months and the potential for four one-year extensions. This initiative is crucial for ensuring the operational efficiency and safety of critical infrastructure, emphasizing compliance with federal regulations and security protocols. Interested small businesses must submit their quotes by April 25, 2025, at 10:00 AM EST, and can direct inquiries to Ardelle Knight at ardelle.v.knight.civ@us.navy.mil.