Skip to main content

An official website of the United States government

You have 2 new alerts

REQUEST FOR PROPOSAL FOR LAND EXCHANGE AND WATER/WASTEWATER INFRASTRUCTURE DIVESTITURE NAVAL STATION NEWPORT NEWPORT, RI

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Dec 31, 2024 10:43 am EST
  • Original Published Date: Dec 13, 2024 03:15 pm EST
  • Updated Date Offers Due: Feb 11, 2025 05:00 pm EST
  • Original Date Offers Due: Feb 11, 2025 05:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 01, 2025
  • Original Inactive Date: Jun 01, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S114 - UTILITIES- WATER
  • NAICS Code:
    • 2213 - Water, Sewage and Other Systems
  • Place of Performance:
    Newport , RI 02841
    USA

Description

The Department of the Navy (“DON” or “Government”) is issuing this Request for Proposal (“RFP”) to enter into exclusive negotiations with a selected offeror, ultimately expected to result in a land exchange agreement to convey Naval Station Newport’s (“NS Newport”) water and wastewater Infrastructure (“Infrastructure”), located in Newport, RI, to a new owner/operator, in exchange for consideration as described herein. The Navy intends to use 10 U.S.C. §2869(a)(3) for the divestment of the Infrastructure at NS Newport.

Interested parties must review this RFP for specific requirements and expectations and provide written and complete responses to be considered. A potential offeror will need to demonstrate past performance history with operation and maintenance of water and wastewater Infrastructure. Additionally, the offeror must show experience and the ability to commit to long-term ownership and operation, and a continuation of water and wastewater services to all existing and future tenants at NS Newport. 

The DON expects the selected offeror to acquire the Infrastructure via a Bill of Sale along with a perpetual easement covering approximately 464 acres of property surrounding the Infrastructure.

Pursuant to this RFP the Government intends to select one offeror that, in the Government’s opinion, is best able to meet the Government’s readiness requirements and represents the proposal “Most Advantageous” to the Government (the “Selected Offeror”). The intent is that the Government and the Selected Offeror would enter into an exclusivity agreement, and upon agreement to terms, an Exchange Agreement to guide the parties to closing.  At closing, the parties would execute a real estate out grant in the form of an Easement, a Bill of Sale for ownership of the utility Infrastructure, and a Utility Service Contract (“USC”) (collectively, the “Closing Agreements”) to guide the terms of services the Selected Offeror will provide to NS Newport.

All questions pertaining to this RFP shall be addressed in writing to the Real Estate Contracting Officer (RECO) at the address above and should be marked:

“Attn: Chris Nelson (Code: RE3-CN).”

All questions shall be simultaneously submitted by electronic mail to: christopher.r.nelson100.civ@us.navy.mil and heather.m.stadler2.civ@us.navy.mil

Questions received after 27 January may not receive a response.

**Please see attachment titled "N40085-25-RP-00060 RFP Question 1" for additional information about Potential Offerors who hold an active CAC**

Contact Information

Contracting Office Address

  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA

Primary Point of Contact

Secondary Point of Contact

History