LC- Multiple Locations-Replace Various Fire Hydrants and Hydrant Valves
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 Utility Mechanical Construction services to replace various fire hydrants and hydrant valves at Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, VA. This is a Firm-Fixed-Price task order under an existing Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). This opportunity is a Total Small Business Set-Aside.
Scope of Work
The project requires the replacement of fourteen (14) Fire Hydrants with Hydrant Valves and the installation of one (1) Yard Hydrant. The awarded contractor will be responsible for providing all necessary supervision, labor, material, and equipment, adhering to all terms and conditions of the MACC award and this specific solicitation.
Contract Details
- Contract Type: Firm-fixed-price task order under an existing MACC.
- Period of Performance: 180 calendar days after award, which includes an initial 15 days for distribution, insurance, and bonding.
- Estimated Price Range: $250,000 - $500,000.
- NAICS Code: 237110 -- Water and Sewer Line and Related Structures Construction.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
Eligibility & Submission
This solicitation is exclusively for existing MACC contract holders. Proposals must be submitted electronically through the PIEE Solicitation Module in .pdf format.
- Proposal Due Date: April 15, 2026, at 2:00 PM EST.
- Pre-Proposal Inquiries (PPIs) Due: March 25, 2026, at 2:00 PM EST.
- Site Visit: A site visit is scheduled for March 18, 2026, at 10:00 AM EDT, and attendance is strongly recommended.
Evaluation
Award will be based on a best value determination, with selection expected to result from the lowest evaluated price. Price will be the sole evaluation factor.
Additional Notes
Offerors must consider lead times for supplies and materials and submit a Pre-Proposal Inquiry if the construction contract duration is not feasible. Applicable clauses include those related to the Federal Acquisition Supply Chain Security Act (FASCSA) and prohibitions on UAS manufactured or assembled by American Security Drone Act-covered foreign entities. A bid guarantee is required, and minimum insurance and payment/performance bonds will be necessary post-award. The proposal acceptance period is 120 days from the receipt of offers.