BEQ Chiller Repairs FC66, HP476, BB137, etc

SOL #: N4008526R9014Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Place of performance not available

NAICS

Plumbing (238220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

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

Timeline

1
Posted
Feb 20, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Mar 24, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy (DEPT OF THE NAVY), through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for BEQ Chiller Repairs at Marine Corps Base Camp Lejeune, North Carolina. This Total Small Business Set-Aside opportunity is restricted to specific Mechanical MACC Contractors: Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc. The project, identified as Project No. 25-0441, has an estimated cost range of $1,000,000 to $5,000,000. Proposals are due April 1, 2026, at 3:00 PM EST.

Scope of Work

The project involves the replacement of chillers and associated chilled water pumps at multiple BEQ buildings, including HP476, FC66-2, BB137, BB-270, BB-274, BB275, and HP-121. Specific replacements include: one 125-ton chiller and pump at HP476; six 110-ton chillers and pumps at FC66-2; one 110-ton chiller and VFD pump at BB137; one 75-ton chiller and two pumps at BB-270; one 70-ton chiller and two pumps at BB-274; one 75-ton chiller and two pumps at BB275; and one 90-ton chiller and pump at HP-121.

The work encompasses comprehensive system replacement, including new chillers, pumps, VFDs, piping (copper and welded steel), insulation, and electrical disconnects. Chiller specifications require a 10-year warranty, mechanically cleanable evaporators, corrosion-resistant coatings, seismic protection, and BACnet/MSTP controls. Hydronic piping systems must undergo cleaning and flushing procedures to remove contaminants, followed by specific chemical treatments. The contractor is responsible for developing piping diagrams, reclaiming refrigerant, and offsite disposal of old equipment. The facility will remain operational throughout the construction period, requiring minimal interference.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation
  • Product Service Code: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings)
  • Estimated Cost Range: $1,000,000 to $5,000,000
  • Contract Completion: 540 days after award
  • Liquidated Damages: $880 per Calendar Day
  • Bond Requirements: Bid bonds for proposals $150K+, Payment bonds for $35K+
  • Applicable Regulations: Buy American Act, Executive Order 13706 (Paid Sick Leave), Executive Order 13658 (Minimum Wage), FAR 52.236-9.

Submission & Evaluation

  • Proposal Due Date: April 1, 2026, at 3:00 PM EST (as per Amendment 02)
  • Submission Method: Email proposals to emily.a.walton6.civ@us.navy.mil AND lauren.f.loconto.civ@us.navy.mil.
  • Eligibility: Restricted to Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc.
  • Evaluation Basis: Lowest Price.
  • Proposal Acceptance Period: 60 days from receipt of offers.
  • Required Submittals: Include Schedule of Prices, Contact Personnel, Construction Schedule, Accident Prevention Plan, Quality Control Plan, Environmental Protection Plan, and various technical reports and certifications. Offerors must acknowledge receipt of all amendments.

Special Requirements

  • Site Visits: Required for all bidding contractors.
  • Service Technician: Must have a service organization with a technician within 35 miles of Camp Lejeune, NC.
  • Scheduled Outages: Must be scheduled 14 days in advance with PWD.
  • Access: Contractor employees and subcontractors must have vetted access.
  • Supervision: One qualified individual may fill Superintendent, Quality Control Manager, and Safety & Health Officer roles.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View