Federal Contract Opportunity

Last Updated on 08 Jul 2025 at 4 PM
Solicitation
Port hueneme cbc base California

Port Hueneme Automated Car Wash

Details

Solicitation ID NAVMWR-25-R-0020
Posted Date 08 Jul 2025 at 4 PM
Response Date 19 Aug 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Commander Navy Installations Cmd
Agency Department Of Defense
Location Port hueneme cbc base California United states 93043

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

The project is a design/build and includes all labor, materials, and onsite supervision for all design and construction necessary to construct a freestanding state-of-the-art automatic touchless automatic car wash facility with equipment room and renovate the existing 4 bay car wash comprised of 3 covered manual bays and 1 manual wash area for RVs.  The project includes all demolition, relocation, temporary construction, restoration necessary to produce a complete and useable facility, site preparation, site circulation and access, site utilities and improvements, and ancillary construction necessary to provide a complete and useable facility.  The base requirements for the design/modernization of building PH-5351 and the design/construction for the new freestanding automatic car wash include, but are not limited to the following:

Automatic Car Wash Bay: Construct a new automatic car wash free-standing building adjacent to the existing self-service car wash facility (building PH-5351). The new and existing structure shall be designed as a unified car wash facility, all finishes shall meet the requirements set forth in the IAP.

  • Construction shall comply with earthquake design requirements and materials shall be durable and corrosion resistant. 
  • The new facility shall be a touchless automatic car wash system enclosed in a tunnel type building structure, with two ends open to allow free ingress and egress.
  • The vehicle shall remain stationary, and the car wash equipment shall travel along tracks to clean it. 
  • The interior clear opening shall be adequately size to house the proposed vendor equipment with enough flexibility that the Navy could change vendors in the future if desired.
  • Touchless automatic car wash system shall be Mark VII Aqua jet or equal.
  • The minimum requirement for this system is an 11 meter (36’) long x 4.5 meter (15’) wide clear space with a minimum head height of 3.6 meters (12’) clear below the equipment and bay ceilings.
    • Stainless Steel Frame and Gantry coverings.
    • Stainless Steel Wall and Gantry boom connecting the gantry to pumping equipment.
    • Include undercarriage washers.
    • Capable of washing the passenger, driver, roof, and undercarriage of the vehicle simultaneously.
    • Wheel washer sets shall cover standard heights of tires.
    • Separate wash boom for the roof capable of contouring to vehicles hood, roof, and trunk heights.
    • Top boom shall drop below front and rear bumper during high pressure wash and/or rinse passes.
    • Oscillating wash nozzles on the sides and on the top boom with Stainless Steel Rocker Panel Sprayers on board the gantry.
    • On board wheel scrub system with photo eye controls.
    • High pressure pump with motor.
    • Off board pumping plant in control room/equipment area.
    • Operator interface accessible on site, via the internet and capable of sending text or email of current alarm condition.
  • The interior of the space shall be constructed with painted or sealed reinforced CMU and finished concrete floor that is sloped to the drain.
  • The facility shall accommodate vehicles in a range of sizes from a standard car to a 15-passenger van or vehicles of similar size and shape.  
  • All metals shall be galvanized or stainless to prevent premature corrosion. 
  • The roof shall be a sloped standing seam galvanized steel roofing supported by purlins on prefabricated metal trusses.
  • Walls shall have integral water repellant, load bearing split-faced concrete block outside of bay areas and smooth face inside bay areas.
  • Wash bay shall have fiberglass reinforced plastic panels over the smooth face concrete block and create the ceiling to protect the structural steel.
  • The support/mechanical/equipment room shall be constructed with the same materials as the wash bay.
  • Standard light emitting diode (LED) site lighting shall be installed. 
  • Site, building, directional and instructional signage is included. 
  • Bird deterrent spike shall be added at the covered wash bay.
  • Automatic Carwash must be capable of a complete touchless high- pressure carwash. 
  • The self-contained, totally automated quick start carwash shall be capable of 24 hour-a-day operations (365 days/year) and shall be low maintenance, energy efficient and operate using various sensors. 
  • In addition, the system shall have line freeze protection, manual operation capabilities, accommodate up to a 15-passenger van, capable of programming multiple wash cycles (minimum 3 stage heated wash cycle (e.g. pre-soak activator, foam wash, high pressure spot-free rinse) and include remote start/stop boxes. 
  • All exposed equipment, piping, and control heads shall be stainless steel.
  • Provide LED Pacer control lights for driver assistance placed at beginning of wash bay to indicate when driver should move forward, stop and go lights for driver exit into wash bay.
  • Provide instructional signage directing patron to put the car in neutral or remain in park during the wash.  
  • Exit side of wash bay shall be marked with “Do Not Enter” signage.
  • Install appropriate height clearance sign(s) at entrance with hanging breakaway connectors.
  • Floor mounted, gantry style, rollover wash system.
  • Floor mounted aluminum guide rails running length of building supported at least every 5 feet both sides and extending 5 feet out each end tapered to allow flow of traffic and protection of equipment, the rail shall be painted bright yellow for visual identification by driver and of sufficient strength so not to be crushed by tire impact.
  • All wash bays shall use water recycling technology with a direct feed to the high-pressure pumps of the wash system. 
  • The water reclaim system shall be sized and designed for project conditions; and shall include the following characteristics:

 Oil-Water Separator: Provide an oil-water separator as part of the wastewater system for the car wash facility.  The separator shall be designed to prevent oil, gasoline, and other products from entering the sanitary sewer system.  The separator shall be installed below ground.  Size the separator to meet the anticipated demand.  The separator may be part of the water reclaim system.  All wash bays catch basins and the floor drain in the equipment room shall drain through the oil-water separator.  Design separator so that the maximum oil/grease discharge to the sanitary sewer is less than 100 mg/L

Water Reclaim System: Incorporate an ozone water treatment system that includes a minimum 3 hp self-priming VFD driven centrifugal pump, high efficiency cyclonic separators, and a minimum 5-micron water output with a direct feed to the high-pressure pumps of the wash system. Reclaim all wash water for re-use, recover 70% – 80% of water used. Include a minimum 3,000-gallon three chamber concrete oil-water separator/reclaim tank and include a sewer connection with backflow preventer.

Low Water Consumption: A water-efficient commercial car wash shall incorporate components that minimize water usage, such as high-pressure nozzles, low-flow washers, efficient sprayers, and pre-washing.

Auto Dry system shall be stainless steel, off-board, and capable of drying all vehicles from both directions. Unit shall be motion-activated (on-demand mode) when vehicle requiring service approaches and return to idle mode after vehicle drying is complete.

High-Pressure Air Drying: Shall include the following components:

  1. High-Pressure Blowers: Unit motor strength shall be capable of providing spot-free finish (no water residue) for all vehicle sizes. The drying unit shall be off board and positioned at the vehicle exiting area of the wash, to include front, roof, both sides and back of vehicle.
  2. Air Compressor: Provide a minimum 3HP 60-gallon air compressor for air drying and cleaning system.
  3. Heat: The air from the blowers should be heated to help evaporate any remaining water on the surface of the car. This will help to ensure that the car is completely dry when it leaves the car wash.

Energy Efficient: contractor shall maximize energy efficiency; via LED Lighting, High-Efficiency Motors, and Low-Power Electronics

Biodegradable Cleaning Products: The products should be non-toxic, biodegradable, and effective in removing dirt and pollutants from cars.

Water Quality Monitoring: Water quality monitoring is essential to ensure that the used water is free of contaminants and pollutants.

The car wash shall have a water softener system to extend the life of the wash equipment, decrease wash product consumption and minimize water spots on vehicles.  Shut off valves shall be provided at all car wash water supply equipment and fixtures. Wash bay drainage includes sediment trap, oil/water separation filtration system and water reclamation system. All car wash water going into the existing drainage system shall be pre-treated.  The site shall be graded to minimize storm water from flowing into the reclaimed water system to the extent possible. Wash Bay shall be connected to the Water Reclaim system.

Site work for the new building includes earthwork and grading, utilities to the building, wash bay and vacuum island approaches and vehicle parking, driveway configuration, sidewalks, and site lighting.  The car wash is a drive through concept with vehicle entry on the wash side, drive through wash bays to the vacuum islands and the car wash complex vehicle exit past the vacuum islands. Site should provide a driveway to vacuum islands for patrons who do not wish to wash their vehicles. The car wash complex shall be ABA compliant for accessibility. The new structure shall be sited to not obstruct the turning radius and maneuverability of an RV’s access to the existing RV car wash bay.

The new car wash site has known active utilities running underground. An underground survey is required to determine what is under the site and if these items shall have to be relocated or removed. If contaminated soil is found, Contracting Officer is to be notified immediately and all work is to stop until further guidance is provided.

Automatic Car Wash Equipment Room: The equipment room shall be located directly adjacent to the car wash bay and shall house support equipment and supplies; including but not limited to pumps, water heater, cleaning dispensers electrical components controls, electrical service equipment, storage area for the chemical inventory, work area for maintenance and repair tools.  This space is approximately 1.8 meters (6’) x 11 meters (36’), the final area and configuration of the equipment room will be based on the spatial requirements of the car wash equipment manufacturer to be selected; as well as other related equipment. The wash supplies vending alcove shall be located at the end of the supply building on the entry side of the car wash bay.

The support building shall be heated with radiant unit heaters and ventilation required for proper system functioning in local conditions. Provide one floor mounted mop sink with low flow faucet of 0.5 GPM. Provide a minimum of one (1) floor drain.  One phone line is to be provided in the support building. Heating and ventilation as required for proper system functioning in local conditions.

Support Space Heat and Ventilation System: Design Calculations: Provide complete design calculations used for design of the heating and ventilating systems. Methods of calculation shall be as described by ASHRAE. Calculations shall be neat, legible, and logically arranged for review.

The mechanical/equipment area shall be separated from the operational/wash area. The mechanical/equipment room shall include:

  1. One 3’-0” x 7’-0” fiberglass personnel door in a stainless-steel frame with stainless steel hardware and a push button cipher lock on the covered alcove end and
  2. Pair of 4’-0” x 7’-0” fiberglass doors in a stainless-steel frame with stainless steel hardware at the opposite end.
  3. Minimum of one (1) fire extinguisher.
  4. Lighting in both the operational/wash and equipment areas shall provide a minimum of 40-foot candles sufficient to light the area in all directions.  Exterior lighting shall comply with the Base IAP and Section J.
  5. An 3'-0” (d) x 4'-0” (w) enclosed electronic equipment room shall be located inside mechanical/equipment room and shall include:
    • 30”x68” door w/bottom make up air vent and door lock.
    • 80CFM Exhaust Fan.
    • 3'-0”x3'-0”x 1/2" Plywood on rear wall to support GFGI equipment.
    • One (1) 115V 60Hz 20 Amp Dedicated Circuit adjacent to plywood.
    • Seven (7) 1 1/2" EMT Conduits w/2 ea Cat 6A Cables from electronic equipment room to:
      • Three (3) conduits, one (1) to each manual Point of Sale machines.
      • One (1) conduit to automatic wash POS.
      • One (1) conduit to Vending Machine.
      • Two (2) conduits, one (1) each to Vacuum Islands POS.
      • One (1) 2" EMT conduit from equipment room to roof for GFGI antenna and coaxial cable.
      • One (1) dedicated quad electrical outlet.
  6. Install lighting in bays sufficient to light the area in all directions to a minimum of 40-foot candles.  Lighting in each bay shall be on motion sensor.

New Vacuum Island: The vacuum shall rest on an elevated concrete pad and shall be protected further by steel pipe bollards. The location of the vacuum shall be after the wash bay exit.  Access to the wash bay shall not be obstructed by patrons utilizing the vacuum.

Existing Facility: Renovate and repair the existing 4 bay car wash comprised of 3 covered manual bays and 1 manual wash area for RV’s.

  • The two (2) existing vacuum islands with two (2) vacuums per island are included as part of the project. 
  • Four (4) existing vacuums are to be replaced, equipment where cars can enter wash bays on either side of the islands.
  • The car wash shall need a new water softener system, and new water heaters. 
  • A new environmentally compliant wash bay drainage system includes sediment traps, an oil filtration system and water reclaim system. 
  • The existing electrical system shall be inspected and upgraded as necessary to accommodate the new vacuum and wash facility equipment. 
  • Light emitting diode (LED) site lighting shall be installed. 
  • Site, building, directional and instructional signage is included. 
  • Bird deterrent spikes shall be added at the covered wash bays. 

The existing car wash site has known active utilities running to it. Contractor is to evaluate the condition and capacity of utilities to determine if any upgrades to the existing infrastructure are required.

Existing Self-service Car Wash Bay: The existing bays shall remain as is structurally however the equipment shall be replaced. The existing roofing and fascia shall be cleaned and painted per the IAP. The existing building structure shall be evaluated to ensure the facility is in proper structural condition.  Additionally, the contractor is to ensure that the facility has adequate space to install the new equipment for the existing manual bays.

Existing Self-service Car Wash Equipment Room: The car wash facility includes enclosed space for support areas with an equipment area for water heaters and pumps, electrical service equipment, storage area for the chemical inventory and maintenance and repair tools for the car wash facility equipment. Contractor shall replace the existing equipment at a 1 for 1 replacement.  Facility shall include modernization such as tire cleaner, pre-soak, foam brush, rinse, soap, wax, triple foam wax, spot free rinse and air dry features. Necessary equipment is to include, but not limited to, wands, ceiling boom arm, brushes, touchless wash system, vacuum islands, and upgrading the points of sale to credit card payment machines.  The water heater to be replaced. The existing door to this room shall be removed and replaced as part of this renovation. The car wash shall have a water softener system to extend the life of the wash equipment, decrease wash product consumption and minimize water spots on vehicles.  Shut off valves shall be provided at all car wash water supply equipment and fixtures. Wash bay drainage includes sediment trap, oil/water separation filtration system and water reclamation system. All car wash water going into the existing drainage system shall be pre-treated.  The site shall be graded to minimize storm water from flowing into the reclaimed water system to the extent possible.  All Wash Bays are to be connected to the Water Reclaim system

Building Design – Electrical

  1. Electrical Systems - General: The contractor shall provide the following electrical systems:2. Install a Point of Sale (POS) system that is compatible with the Installation’s Morale Welfare and Recreation (MWR) department’s AIMS system and can be remotely monitored.  Commander, Navy Installations Command (CNIC) utilizes Bank of America for banking requirements in support of Navy MWR facilities.  CNIC desires a credit card payment vendor that is compatible with Bank of America Merchant Services’ proprietary processing platform.  Bank of America Merchant Services supports any vendors that certify their application/gateway on First Data’s (Fiserv) Nashville for authorization and settlement via Paperless Transaction System (PTS) or Host Draft Capture (HDC) format.
    • A complete electrical system for power and lighting at the interior and exterior of the building including the support space, washing bays, vacuuming, and general facility drive lighting.
    • Equipment: General: Dedicated Circuits: provide separate dedicated circuits for select equipment.
    • Panel boards: Branch circuit protection in power panels shall comply with NEC requirements. Recessed mounted panelboards shall have three 3/4" empty conduits stubbed in and terminated in such a manner and in locations that circuits may be continued at a future time.
    • Wiring: All circuit wiring used in the project shall be copper, run in conduit. Minimum wire sizes shall be #12 AWG.
    • Feeders: The size of all feeders including branch circuits for power should be specified based on requirements of NEC 220-B. The voltage drop should not exceed 2% based on connected load.
    • Grounding: All circuits required by NEC to be grounded shall be provided with green wire ground, except for central cabling which shall be provided with an integral grounding conductor.
    • Provide all empty conduit with pull wires.
    • Electrical service, panel board, and feeders for distribution shall be inspected to determine the capacity is adequate for the car wash and equipment. White light LED lighting at wash bays and standard LED site lighting shall be installed. Lighting to be motion sensor activated within the bays, and photocell activated for the exterior site lighting.
    • The specific requirement is for Self-Serve Car Wash credit card kiosks acceptance capabilities.  Project shall also require contractor to trench and run fiber network cable connection to MWR AIMS (Verizon) network lines from the adjacent MWR facility to the site. All Point of Sale (POS) computers and network equipment.
    • NOTE: If the POS system is not compatible with the above listed systems, it must be clearly identified in the proposal.
      • Automatic Wash – Hamilton Transaction Kiosk (HTK) or equal
        1. Pedestal
        2. Custom wrap
        3. Data Access Network (D.A.N.) transaction controller
        4. Card receipt station
      • Manual Washes – D.A.N. Transaction Terminal (DTT) or equal
        1. Custom wrap
        2. Data Access Network (D.A.N.) transaction controller
        3. Card receipt station
        4. Handheld kit
      • Vacuums – Coleman Hanna 94000 Series (with credit card payment system only) or equal
        1. Credit card processing system
      • Vending
        1. Minimum five (5) products
        2. Credit card system

RECTRAC shall not be used for the carwash. All POS systems shall be connected to the government Verizon (AIMS) Network.

Site Development: The work includes developing the site plan for the project and engineering design of all site work and site utilities to renovate the facility. 

  1. Site work includes all earthwork and grading, utilities, wash bay and vacuum island approaches, driveway configuration, sidewalks, and site lighting necessary to provide a complete and useable facility in conformance with site plan and engineering design.  Site light shall meet the minimum lighting zone requirements for LZ2 per the UFC.
    • Entrance and exits shall be sixteen feet (16’-0”) minimum wide with radius ends to twenty feet (20’-0”) wide enough for one-way traffic and turns with radius large enough for class A designated RV’s to navigate safely.
  2. Signage: Provide one back-lighted ground-mounted signs 23rd Ave to promote the car wash facility, and one at the entrance drive to direct patrons onto the site. Signs shall be located so as not to create a visual obstruction for drivers leaving the site. Provide all site signage necessary for traffic control and vehicular circulation on the site, including pavement markings as appropriate.  Sign graphics for the promotional sign shall be as recommended by the car wash equipment manufacturer.  The entry sign shall just have the word “Car Wash Entrance” and a directional arrow.  Sign colors and graphics placement shall conform to the NB Ventura County (Port Hueneme), CA Installation Appearance Plan.  The MWR Logo is to be incorporated on both sides of signage.
    • Signage for new and existing building included but are not limited to: site monument building identifier signs, bay type identifiers, instructional signs at each bay and the vacuum islands, point of sale (POS)/control pedestal signage, services description signage for the automatic wash bay, and directional signage on the site.
    • Provide one facility sign with recommended location for approval. Sign panels shall be porcelain enameled aluminum. Comply with the sign requirements included with the drawings in Section J of attached RFP.
    • “ENTRANCE ONLY”, “EXIT ONLY”, and directional signage with MWR logo shall be provided.

Supplies: AS OPTIONAL ITEMS - Contractor shall provide all necessary cleaning product supplies for 6 months of operation of all carwash bays (approximately 300 RV washes, 2200 manual washes, and 6300 automatic washes), and spare equipment parts. Provided supplies shall be in accordance with required materials per manufacturer as to ensure warranty is valid.

Special Conditions:

  1. This project will be awarded as a "design/build" project.  The Design/Build Contractor entity will bear full responsibility for development of the final facilities’ architectural/engineering designs and construction of complete and usable facilities. The Design/Build Contractor's architect/engineer shall be "the Architect/Engineer of Record" (A/EOR) and, as such, shall bear full responsibility for the design and construction quality control.
  2. The Contractor shall engage appropriate professional architects/engineers to plan, investigate, evaluate, design and endorse all works relating to this project that require professional consultation and compliance with the relevant specifications, Unified Facilities Guide Specifications (UFGS), Unified Facilities Criteria (UFC) and to the rules and regulations set forth by the local government and agencies.
  3. The adjacent streets shall always remain open during construction. Short-term closings of one-half of a street for utility trenching will be permitted. Coordinate closings through the COR 15 days prior to the required date. NBVC Dig permits require 3 weeks in advance notice. The CATEX, incorporated in Section J, includes but is not limited to base requirements, contact information, submittals, and record keeping requirements. 
  4. Acceptable work hours for construction are Monday – Friday, 7:00 a.m. – 4:30 p.m. excluding Federal holidays. If the Contractor desires to work outside of regular working hours, or on a Saturday, Sunday or Holiday, they shall submit a written application to the COR at least 14 days in advance. The COR will return their approval or disapproval to the contractor within 7 calendar days.\
  5. The Contractor shall engage registered architects and professional engineers as required by California in which the project exits to oversee the design and construction work. 
  6. Provide chain link fencing with green fabric screen to obstruct view surrounding the construction job site.  

Permits:

  1. The Contractor shall obtain and pay for all permits required by authorities having jurisdiction.  The Architect/Engineer of Record shall certify completion of construction for all permits prior to final acceptance.
  2. The Contractor shall prepare and submit the applications for all permits and required close-out documentation to the COR, who will submit them to the applicable Base agencies.
  3. Close-out documentation shall be submitted as soon as the permitted systems have been constructed, in accordance with UFGS 017800.
  4. Base Permits:  Obtain Base permits for utility outages, excavation, and “heat-producing” or “spark generating” work prior to beginning these activities.  Coordinate these permits through the COR with PW and the Base Fire Department. 
  5. The Contractor shall be responsible for compliance with all permit requirements.  As-built drawings required by the permits will be in addition to all others generated by the proposed contract. As-built drawings for permits shall be signed and sealed by a professional Architect or Engineer registered in the State in which the project resides. The Contractor shall submit close-out documentation for each permit as required by the issuing authority and obtain acceptance of that documentation prior to final acceptance of the project and final payment by the NAFI.
  6. Construction shall not start until all permits have been obtained.
  7. Construction on certain project segments may be authorized prior to completion of design, provided that the Contracting Officer considers that design of the segment of construction to be started is sufficient to permit the construction start and all required permits have been obtained.
  8. Contractor shall provide training required to operate equipment, to include but not limited to equipment maintenance, product restocking, service call procedures, POS system, etc.

Topographic Survey:

  1. The Contractor shall, at their own expense, provide soils investigation and topographic surveys that are necessary to complete the design and/or construct the project.  All such site investigation activities shall be coordinated with appropriate Installation personnel through the COR.
  2. The Contractor shall retain a local utility locate firm to locate underground utilities at or adjacent to the site.

Infrastructure:

  1. A utility layout of the existing site is provided in Section J od attached RFP. 
  2. The Contractor shall retain a local utility locate firm to locate underground utilities at or adjacent to the site.
  3. Gas Service: Per Executive Order (EO) 14057 and the 2022 National Defense Strategy (NDS), the Department of Defense (DoD) will implement steps to reduce its energy consumption and ensure energy resilience and reliability. If gas is used for this project it shall be a separated dedicated gas service shall be provided to the building. This shall include all necessary trenching, piping, and elbows necessary to make the service consistent and compatible with the existing installation wide gas distribution system. All gas distribution on the site shall require consultation with base Public Works Office for installation of utilities. gas service shall be fully metered with revenue- grade meter. gas meter is to be a “smart meter” that is capable of recording, storing, and downloading utility use data.
  4. Sanitary Sewer:  Contractor shall verify that there is adequate sanitary main capacity is available for the new facility. A new oil separator will be installed and a new tap from the new facility to the main will be required.
  5. Storm Water: There is an existing storm drainage system within the proposed site. The majority of storm water management consist of sheet flow over paved surfaces to a combination of storm drains within the paved area and to pervious areas surrounding the pavement. The work shall not increase the impervious surface and shall provide a storm water management design to support the new building and adjacent paved areas. The site is to be graded to provide positive drainage away from existing adjacent structures utilizing surface flow, new drainage structures as appropriate, and existing drainage patterns. Sediment and erosion control measures shall be as appropriate to meet CATEX requirements (Section J).
  6. Electricity: A separate dedicated electric service shall be provided to the building.  This shall include all necessary trenching, conduit, feeder cable, switchgear, load break elbows necessary to make the service consistent and compatible with the existing installation wide electrical distribution system. All electrical distribution on the site shall be underground. Existing services shall require consultation with base Public Works Office for installation of utilities. Electric service shall be from base Public Works and shall be fully metered with revenue-grade meter. Electric meter is to be a “smart meter” that is capable of recording, storing, and downloading utility use data.  Contractor shall provide new step-down transformers to provide power from the existing lines. Transformers shall be sized to provide adequate power distribution to electrical service panels and site lighting.  All electrical distribution on the site shall be installed underground, and new line be run to the main distribution lines.  A/EOR shall update base electric distribution system skm model and determine that existing lines are adequate to supply the additional electrical loads.
  7. Water: A separated dedicated water service shall be provided to the building. This shall include all necessary trenching, piping, and elbows necessary to make the service consistent and compatible with the existing installation wide water distribution system. All water distribution on the site shall require consultation with base Public Works Office for installation of utilities. Water service shall be fully metered with revenue- grade meter. Water meter is to be a “smart meter” that is capable of recording, storing, and downloading utility use data.
  8. Firewater mains are also adjacent to the site; however, the designer of record charged with the design of this facility will be required to obtain flow and pressure tests of all existing mains to be tapped into. Water distribution is available from multiple locations via existing base water distribution mains that run along 23rd Avenue and within the site to the existing carwash building.
  9. The Contractor shall make all final connections to utilities including but not limited to electrical and water under the oversight of PW.
  10. Facility is to have fiber network cable connection to existing NPS network. Compatibility Shall include both the ability to read sensors and to remotely control all equipment via the base EMCS. Quantity type is 48 Strand SMF.  The Facility shall not tie into the NBPH Installation EMCS Network and the control of the automated car wash, car wash facility including the HVAC control shall be stand alone.  The Contractor to provide local monitoring devices (ex. Thermostat for electrical room) Electrical room shall have ventilation, heating, and cooling. Infrastructure for a wireless internet system.

Pre-Proposal Conference scheduled via Microsoft Teams for 7 July 2025 at 1:00PM CT, to access please download Amendment 0001.

Similar Opportunities

Port hueneme cbc base California 19 Aug 2025 at 8 PM
Port hueneme cbc base California 29 Jul 2025 at 6 PM
Port hueneme cbc base California 29 Jul 2025 at 6 PM
Port hueneme cbc base California 29 Jul 2025 at 6 PM
Port hueneme cbc base California 29 Jul 2025 at 6 PM

Similar Awards

Anniston Alabama Not Specified
Location Unknown 01 Dec 2016 at 3 PM
Location Unknown 04 Mar 2003 at 5 AM
Location Unknown Not Specified
Location Unknown Not Specified