FY26 Wallace Creek BEQ Chiller Repairs
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 is soliciting proposals for FY26 Wallace Creek BEQ Chiller Repairs at Camp Lejeune, NC. This is a Total Small Business Set-Aside opportunity, but competition is restricted to specific Mechanical MACC Contractors. The project involves the replacement of six chillers and associated equipment. Proposals are due March 31, 2026, at 2:00 PM EST.
Scope of Work
This project, identified as Project No. 25-0438, requires the replacement of six specified chillers (WC105, WC110, WC115, WC120, WC130, WC135) and their associated pumps and drives at the Wallace Creek BEQ. Key requirements include:
- New chillers must have a 10-year parts, labor, and refrigerant warranty.
- Installation of factory-installed water strainers, GFCI convenience outlets, and heat trace for evaporator and piping.
- Condenser fan motors must include VFDs, and condenser coils require specific e-coat/topcoat finish and Microchannel construction (or approved alternate).
- Installation of seismic feet, thermal dispersion flow switches, and emergency tees.
- Control panels must be NEMA 3R rated and BACnet/MSTP compatible.
- Piping will be copper for 4" and below, and schedule 40 welded steel for 5" and greater, with external piping requiring heat trace and insulation.
- Amendments clarify: New chillers do not require the heat recovery option (Amendment 0003). Triple duty valves, suction diffusers, and butterfly valves at chilled water pumps are to be replaced (Amendment 0001).
- The scope also includes detailed hydronic pipe cleaning and flushing procedures, requiring specific detergents, water treatment, and reporting.
Eligibility & Contract Details
- Contract Type: Combined Synopsis/Solicitation, award based on Lowest Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Eligibility: Restricted to specific Mechanical MACC Contractors: Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc.
- Estimated Cost Range: Between $1,000,000 and $5,000,000.
- Period of Performance: 540 days after award.
- Liquidated Damages: $880 per Calendar Day.
- Bond Requirements: Vary based on proposal value (bid, payment, and performance bonds for values over $150K).
- Funding Note: Offerors are advised that funding may not be available, and no award will be made if funds are not available.
Submission Requirements
- Proposal Due Date: March 31, 2026, at 2:00 PM EST.
- Requests for Information (RFIs) Cut-off: March 17, 2026, at 2:00 PM EST.
- Submission Email: Proposals must be emailed to tony.d.benson.civ@us.navy.mil and lauren.f.loconto.civ@us.navy.mil.
- Site Visit: A site visit was held on March 11, 2026, at 0900 am EST at WC105.
- Amendment Acknowledgment: Offerors must acknowledge receipt of all amendments with their proposal submission.
Key Documents & Notes
- Contractors must review the Contractor Environmental Guide for Marine Corps Base Camp Lejeune, which outlines environmental regulations, policies, and procedures.
- The Buy American Requirement-Construction Materials applies to this project.