SPECIAL NOTICE
Y -- SOURCES SOUGHT NOTICE FOR DESIGN-BID-BUILD (DBB) PHASE III GROUNDWATER TREATMENT PLANT CONSTRUCTION, NWIRP BETHPAGE, WANTAGH, NEW YORK
- Notice Date
- 2/12/2026 9:05:43 AM
- Notice Type
- Special Notice
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008526R0045
- Response Due
- 2/19/2026 11:00:00 AM
- Archive Date
- 03/06/2026
- Point of Contact
- Shayna Eichner, Phone: 7573411046, Kristy Gerrek, Phone: 7573410089
- E-Mail Address
-
shayna.t.eichner.civ@us.navy.mil, kristy.l.gerrek.civ@us.navy.mil
(shayna.t.eichner.civ@us.navy.mil, kristy.l.gerrek.civ@us.navy.mil)
- Description
- SOURCES SOUGHT NOTICE FOR DESIGN-BID-BUILD (DBB) PHASE III GROUNDWATER TREATMENT PLANT CONSTRUCTION, NWIRP BETHPAGE, WANTAGH, NEW YORK THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency�s requirements exist. The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible firms (both large and small businesses) capable of performing construction services for Design-Bid-Build (DBB) Phase III Groundwater Treatment Plant (GWTP), NWIRP Bethpage, Wantagh, New York. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. No drawings or specifications will be made available at this time. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via presolicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. General Work Requirements: The project will be prepared in one package, under one contract. PHASE III GWTP, NWIRP BETHPAGE, WANTAGH, NEW YORK This Design-Bid-Build project aims to address a plume of contaminated groundwater that has spread south from the former NWIRP and Northrop Grumman properties. This contamination, primarily consisting of chlorinated VOCs (like TCE) and 1,4-dioxane, is being remediated as required by the Navy and the New York State Department of Environmental Conservation. The core of this phase is the construction of a new Groundwater Treatment Plant (GWTP) designed to intercept the leading edge of the plume. The plant will treat the captured water to meet drinking water standards using a process that includes sand filters, an Advanced Oxidation Process (AOP), and Granular Activated Carbon (GAC). The scope of work involves the complete construction and commissioning of the facility. This includes completing three groundwater recovery wells and the associated underground piping to bring contaminated water to the plant. The facility itself will house numerous systems, including large storage tanks, multiple filter types, the AOP system, and granular activated carbon units. The project also covers the construction of two new buildings for the treatment plant and offices, along with all necessary structural, electrical, and plumbing infrastructure. The work includes: buried piping systems, pavements, and miscellaneous items; one underground vault; piping, valves, fittings for three recovery wells and wiring, instruments, and equipment within the conduit, manholes, and vaults; three Reinforced Plastic (FRP) vertical storage tanks; one glass fused Backwash waste steel tank; three Multimedia Vertical Pressure Filters (MMF) unit vessels, two Horizontal Cartridge Filters, one Ozone-Hydrogen Peroxide Advance Oxidation Process (AOP) system; three Liquid Phase Granular Activated Carbon (LGAC) unit vessels; eight pumps with piping, valves, supports and appurtenances; two blowers; chemical feed systems for Sodium Hydroxide, Sodium Hypochlorite and Hydrogen Peroxide; two buildings (treatment plant and office), foundations, and interior/exterior concrete slabs on grade and under-slab utility coordination; structural and architectural roof and systems; one 1200A, 277/480V, 3-phase, 3-Wire Service; an MCC for motor VFDs; heating, ventilation, and air conditioning (HVAC); a PLC and SCADA system, and internet/cellular gateway to enable off- site Phase III System process parameters; earthwork, including pad excavation and site re-grading; site utilities; fencing; and a fire protection system. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. The anticipated award of this contract is September 2026. The North American Industry Classification System (NAICS) Code for this project is 237110, Water and Sewer Line and Related Structures Construction, with a small business size standard of $45,000,000. The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which limits the amount of work performed by subcontractors. Specifically, as the prime contractor, your company must perform at least 15% of the cost of the contract, not including the cost of materials, with your own employees. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm�s small business status. The following information shall be provided: Contractor Information: Provide your firm�s contact information including Unique Entity Identifier (UEI) and CAGE Code. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. Bonding Capacity: Provide your surety�s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. Construction Experience: Submit a minimum of two (2) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. For each of the submitted relevant projects (a maximum of five (5) projects), ensure that the Project Information Form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. A relevant project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. Recent is defined as having been 100% completed within the last seven (7) years prior to the sources sought submission due date. The contractor shall have acted as the Prime contractor on submitted projects. Experience of proposed subcontractors will not be considered. Furthermore, the Offeror�s experience as a subcontractor will not be considered. A relevant project is further defined as: Size: A final construction cost of $20,000,000 or greater. Scope: Construction of either a Water Treatment Facility, Wastewater Treatment Facility and/or or a Groundwater Treatment Facility. For purposes of this notice, the facility shall be used for the Remediation of Environmental Sites or for providing quality water to communities and/or industry. Complexity: Relevant projects shall collectively demonstrate experience with each of the following elements: Phased construction experience related to large water, industrial facilities, or systems. Construction work of utility plants or industrial buildings in or near residential communities. Startup of large groundwater treatment systems (large ? 2 MGD). Construction and operation of iron filtrations systems, granular activated carbon (GAC) treatment, and/or advanced oxidation process systems (AOP). Note: Each project does not have to demonstrate experience with each element of complexity, but instead projects submitted as a whole shall collectively demonstrate experience with all elements of complexity. Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope/complexity and completed within the specified time period. For purposes of evaluating capability, the �Offeror� is defined as the prime contractor that demonstrates experience on relevant projects that meet size, scope and complexity. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. This notice is a market research tool being used to determine the availability and adequacy of both potential large and small business sources prior to determining the method of acquisition and ultimate issuance of a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Responses are due on 19 February 2026 by 2:00 P.M. local time. The submission package shall ONLY be submitted electronically to Shayna Eichner at shayna.t.eichner.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a �read receipt.� Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to shayna.t.eichner.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a5ee00808e124e57832cbae8d586c1a1/view)
- Place of Performance
- Address: Wantagh, NY, USA
- Country: USA
- Country: USA
- Record
- SN07714070-F 20260214/260212230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |