FC436 Repair Sludge Processing
ID: N4008524R2555Type: 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 SEWAGE AND WASTE FACILITIES (Z2ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the FC436 Repair Sludge Processing project at Marine Corps Base Camp Lejeune, North Carolina. This federal contract, with an estimated value between $1 million and $5 million, is specifically set aside for small businesses and requires contractors to be listed on the General Requirements cover page to submit proposals. The project aims to repair and expand the existing sludge processing system while ensuring minimal disruption during construction, adhering to military standards and regulatory compliance. Proposals are due by January 14, 2025, at 2:00 PM EST, and interested contractors should direct inquiries to Tony Benson or Lauren Loconto via the provided contact information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a federal solicitation concerning the repair of a sludge processing system at the Advanced Wastewater Treatment Plant located in Camp Lejeune, NC. This amendment, designated as Amendment No. 0002, addresses requests for information (RFI) regarding the project's specifications and clarifies aspects of the proposal process, including submission deadlines and acknowledgment requirements. The core project includes expanding the existing sludge processing system, incorporating a new building for equipment, and ensuring minimal disruption during construction. Key clarifications in the amendment include confirmation that lighting protection is not required, the anticipated inlet temperature range for sludge, and the specifics regarding valve installation methods. It emphasizes that the existing system must remain operational throughout the construction process. The amendment extends the proposal submission due date to 2:00 PM on January 14, 2025, reinforcing the importance of acknowledging this amendment in submitted proposals to avoid potential rejections. Overall, this document provides critical logistical and technical details essential for contractors interested in submitting proposals for the project.
    This document is an amendment to a solicitation for a construction project focused on repairing sludge processing at Camp Lejeune, North Carolina. The amendment, designated as Amendment 0001 for Solicitation N40085-24-R-2555, addresses specific inquiries related to the project and provides key updates. Notably, the proposals' due date has been extended to 1400 on January 9, 2024. It clarifies that the intent is not to replace existing hollow metal doors but to install new ones in a mechanical building. Additionally, a site visit is scheduled for 0900 on December 12, 2024, at the project location. The document emphasizes that all other terms and conditions remain unchanged, and bidders must acknowledge this amendment to avoid potential rejection of their proposals. This communication reflects standard procedures in government contracting and solicits compliance among bidders for efficient project execution.
    The document appears to serve as a comprehensive base map for Camp Lejeune, likely aimed at supporting federal and state procurement processes. It includes an extensive listing of geographic regions, water bodies, and various identified locations such as ponds, creeks, and some structured areas like parade fields. The map provides a detailed overview of the camp's landscape for potential contractors participating in Requests for Proposals (RFPs) or grants related to environmental, construction, or operational projects at the site. The listing includes both natural features and designated facilities, suggesting a focus on logistics and planning for project implementation at the military base. The layout serves as a guide for contractors to visualize and propose necessary works, adhering to federal and local guidelines. The intricate details signal the importance of precise geographic identification for project planning and execution, reinforcing the significance of this information in the context of governmental procurement activities.
    The document outlines the "Repair Sludge Processing FC436" project at MCB Camp Lejeune, NC, detailing requirements for contractors in preparation for rendering services. It specifies the project's scope, location, and approach, emphasizing a phased construction schedule. Key sections involve managing existing work, ensuring safety during construction, and maintaining regulatory compliance. Additionally, it mandates the use of the Electronic Construction and Facility Support Contract Management System (eCMS) for all technical submittals, requiring specific documentation for approval. Contractors must submit various reports and maintain communication protocols, including adherence to the Navy’s identification and access regulations. It also establishes requirements for insurance, scheduling, invoicing, and quality control measures crucial for managing construction operations. The document underscores a structured approach to ensure that the project progresses efficiently, with all work aligning with established military standards. This initiative reflects the federal government's dedication to maintaining infrastructure integrity while adhering to procurement regulations and safety standards.
    The FC436 Repair Sludge Processing project, Solicitation No. N40085-24-R-2555, is a federal contract for the Marine Corps Base Camp Lejeune in North Carolina, with an estimated value between $1 million and $5 million. Proposals are restricted to select contractors, listed specifically in the document. The project completion deadline is set for 540 days post-award, with a proposal due date of December 31, 2024, at 3:00 PM EST. The award will be made based on the lowest price. Bid bond requirements vary by the proposal value; bonds are mandatory for bids above $40,000, with additional requirements for bids over $150,000. A site visit will be conducted, and all inquiries must be submitted by December 16, 2024. Wage determinations and compliance with the Davis-Bacon Act require contractors to pay minimum wage rates starting at $17.20 per hour. Contractors must also abide by the provisions of Executive Order 14026 and Executive Order 13706 regarding worker protections and paid sick leave. This document outlines essential contractor requirements, compliance with federal regulations, and the overall framework for the procurement process linked to this construction project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Landfill Maintenance and Repair Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The contract, designated as a firm-fixed-price agreement, is set aside for small businesses and encompasses a base period of 12 months with four optional one-year extensions. The contractor will be responsible for providing labor, materials, and supervision to ensure compliance with the Performance Work Statement and various annexes, reflecting the importance of maintaining operational standards for waste management and environmental protection. Proposals are due by 2:30 PM EDT on March 27, 2025, and interested parties should contact Benjamin A. Bryan at benjamin.a.bryan.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the demolition of fifty-three buildings at Marine Corps Base Camp Lejeune in North Carolina. This project, categorized as a Firm-Fixed Price (FFP) contract, is entirely set aside for small businesses and requires compliance with federal regulations regarding hazardous materials, including asbestos and lead-based paint, identified in prior surveys. The successful contractor will be responsible for all aspects of the demolition, including labor, supervision, and the safe disposal of hazardous materials, with a performance period of 365 days post-award. Interested parties must submit sealed bids by 10:00 AM local time on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the construction of the P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance operational capabilities for the Marines stationed at the base. The successful contractor will be responsible for the construction of various facilities that support maintenance and operational functions, which are critical for the readiness of military operations. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or call 757-341-1999 for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the IR Demo Projects FY24 at Marine Corps Base Camp Lejeune, North Carolina, specifically for the demolition of fifty-three buildings. This project requires contractors to manage the demolition process while adhering to safety and environmental regulations, including the handling of hazardous materials such as asbestos and lead, as identified in prior surveys. The procurement is set aside for small businesses, with a firm-fixed-price contract structure, and proposals must be submitted in hard copy by 10:00 AM (EST) on March 19, 2025. Interested parties can contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.
    Repair and Repave Slocum Road
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Repair and Repave Slocum Road project at Marine Corps Air Station Cherry Point, North Carolina. This project aims to enhance infrastructure by addressing pavement repair needs, with an estimated contract value between $250,000 and $500,000, to be completed within 120 days of award. The procurement is set aside for small businesses, emphasizing compliance with federal labor regulations and ethical labor practices. Interested contractors must submit their proposals by March 25, 2025, and are encouraged to acknowledge Amendment 0001, which clarifies bidding requirements and includes revised drawings. For further inquiries, potential bidders can contact Josef Vallone or Ericka J. Bishop via the provided email addresses or phone numbers.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Multiple Bachelor Enlisted Quarters (BEQ) Lock Repairs Phase IV project at Camp Lejeune, North Carolina. This project aims to address critical maintenance needs by replacing locksets on multiple living area doors across 53 BEQ buildings, with an estimated budget ranging from $5 million to $10 million. The contract is essential for maintaining security and operational continuity at the facility, adhering to federal contracting norms and safety standards. Interested contractors must submit their proposals by March 13, 2025, at 2:00 PM, and are encouraged to acknowledge amendments and participate in a site visit scheduled for March 5, 2025. For further inquiries, contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    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 procurement aims to award approximately five contracts, with a total estimated value not to exceed $495 million over five years, emphasizing the importance of contractor performance, safety measures, and compliance with federal standards. This opportunity is a total small business set-aside under NAICS code 236220, and interested contractors must submit their proposals, including past performance evaluations, by the specified deadlines. 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.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.