Drainage Repairs 1230 Area SWP13

SOL #: N4008526R9020Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Camp Lejeune, NC

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
Mar 17, 2026
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Apr 16, 2026, 6:00 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, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for Drainage Repairs 1230 Area SWP13 at Marine Corps Base Camp Lejeune, NC. This is a Combined Synopsis/Solicitation set aside for Total Small Business, but only specific Mechanical MACC Contractors are eligible to submit proposals. The project involves repairing and replacing stormwater drainage infrastructure. Proposals are due April 16, 2026, at 2:00 PM EST.

Purpose & Scope of Work

This project aims to restore positive storm water flow, alleviate sinkholes, improve drop inlets, and address flooding issues caused by failing drainage systems between the Main-Side Commissary 1230 Area and Storm Water Pond-13. The scope includes:

  • Demolishing and replacing existing stormwater junction boxes, yard inlets, curb inlets, and pipes (Class III RCP, matching existing diameters).
  • Demolishing and replacing concrete headwalls and providing new precast endwalls with rip rap for stabilization and dissipation pads.
  • Clearing overgrown vegetation and debris.
  • Sawcutting and patching asphalt.
  • Providing temporary pumps to reroute stormwater during construction.
  • Work associated with unforeseen asbestos-containing material (ACM), including identification, removal, packaging, and disposal.
  • Maintaining access between Buildings 1230 and 1231.
  • Coordinating utility outages with the ROICC at least 14 days in advance.

Contract Details

  • Contract Type: Lowest Price
  • Estimated Cost Range: $500,000 - $1,000,000
  • Period of Performance: 120 days after award
  • Liquidated Damages: $880 per Calendar Day
  • Bonds: Bid bonds required for proposals valued at $35K and greater (20% of proposal amount); payment and/or performance bonds requested at award. For proposals valued at $150K and greater, bid, payment, and performance bonds are required.

Eligibility & Set-Aside

This is a Total Small Business Set-Aside (FAR 19.5). However, eligibility is restricted to the following Mechanical MACC Contractors: Mechworks Mechanical Contractors, Inc.; North State Mechanical, Inc.; and R&W Construction Company, Inc.

Submission & Evaluation

  • Proposal Due Date: April 16, 2026, 2:00 PM EST
  • Submission Method: Via email to jessica.r.huebner.civ@us.navy.mil and lauren.f.loconto.civ@us.navy.mil.
  • Evaluation: Based on Lowest Price. Offerors must submit on all line items.
  • Amendments: Offerors must acknowledge receipt of all amendments with their proposal.
  • Funding: Award is contingent on funding availability.

Key Clarifications & Notes

  • Amendments 0001 and 0002 provided a site visit sign-in sheet and answers to vendor Requests for Information (RFIs). Key clarifications include providing equivalent RCP for 27" existing CMP, the base not supporting temporary streetlight removal (lighting circuit down approximately one month), and the forebay being approximately 90 feet long.
  • The project ID is 25M001CN, with an anticipated start date of February 1, 2025, and an end date of December 31, 2025.
  • Environmental considerations include land use restrictions, potential groundwater contamination, and the need to protect existing monitoring wells.
  • Contractors must locate and protect all underground utilities, including telecommunications and commercial cabling, and are responsible for any damage.

People

Points of Contact

Lauren LocontoSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 17, 2026
View
Drainage Repairs 1230 Area SWP13 | GovScope