DESIGN-BID-BUILD (DBB) PHASE III GROUNDWATER TREATMENT PLANT CONSTRUCTION, NWIRP BETHPAGE, NEW YORK (PREVIOUS NOTICE ID N4008526R0045)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, NAVFACSYSCOM MID-ATLANTIC, has issued a Solicitation for a Design-Bid-Build (DBB) Phase III Groundwater Treatment Plant Construction project at the former Naval Weapons Industrial Reserve Plant (NWIRP) in Bethpage, New York. This project aims to construct a new Groundwater Treatment Plant (GWTP) to treat contaminated groundwater. Proposals are due June 16, 2026.
Project Overview
This FFP construction contract involves the design and construction of a new GWTP to address a groundwater contamination plume, primarily chlorinated VOCs and 1,4-dioxane. The treatment process will incorporate sand filters, an Advanced Oxidation Process (AOP), and Granular Activated Carbon (GAC) to meet drinking water standards. The estimated magnitude of the project is less than $25,000,000.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Design-Bid-Build Construction Contract.
- NAICS Code: 237110 (Construction Of Water Supply Facilities), Size Standard: $45,000,000.
- Period of Performance: 15 calendar days for Notice to Proceed, followed by 1095 calendar days for performance.
- Set-Aside: Unrestricted, Full and Open Competition.
- Small Business Participation: A minimum of 20% small business participation is required. Specific subcontracting goals include SB 40%, SDB 5%, HUBZone SB 3%, WOSB 9%, and SDVOSB 5%.
Submission & Evaluation
- Proposals Due: June 16, 2026, by 02:00 PM local time.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) platform. Bidders should review Attachment B for PIEE access instructions.
- Evaluation: Award will be based on a best value determination, considering both price and non-price factors. Evaluation factors include Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. Technical factors (Corporate Experience, Management Approach, Safety, SB Utilization) are of equal importance and, combined, are equal in importance to Past Performance. Technical and Past Performance combined are approximately equal to price.
- Mandatory Forms: Bidders must complete and submit specific forms for construction experience (Attachment C), past performance (Attachment D), historical small business utilization (Attachment E), small business participation commitment (Attachment F), and the price proposal (Attachment H). Failure to price any line item in Attachment H will result in proposal rejection.
Important Notes
- CUI Documents: Attachments 1 and 3 contain Controlled Unclassified Information (CUI) and must be requested from Shayna Eichner (shayna.t.eichner.civ@us.navy.mil) for delivery via DOD Safe.
- CMMC Requirement: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required.
- Bid Bond: A bid bond (SF-24) in the amount of 20% of the total project bid price or $3M, whichever is less, is required.
- Site Visit: No site visit is being conducted.
- Wage Determination: Attachment I provides prevailing wage rates for Nassau and Suffolk Counties, NY.