FY24 MCON PROJECT P-875 WATER RECLAMATION FACILITY, MARINE CORPS BASE HAWAII, KANEOHE, HAWAII
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 / NAVFAC Hawaii has issued multiple Justifications and Approvals (J&As) for Other Than Full and Open Competition related to the FY24 MCON Project P-875 Water Reclamation Facility upgrade at Marine Corps Base Hawaii (MCBH), Kaneohe, HI. These J&As detail the rationale for sole-source procurements of specific brand-name components required for the project, primarily due to compatibility with existing infrastructure, cybersecurity requirements, and operational efficiency.
Scope of Work
The P-875 project involves a compliance upgrade to the Water Reclamation Facility to meet National Pollutant Discharge Elimination System permit requirements, including an expansion of the Supervisory Control and Data Acquisition (SCADA) system and other facility improvements. The sole-source procurements include:
- Schneider PLCs (Model M580 Series): For expansion and integration with the existing SCADA system, ensuring compatibility, maintenance, and Cybersecurity Authorization to Operate (ATO).
- Automated Logic Corporation (ALC) Direct Digital Control (DDC) software: Essential for integrating new HVAC systems with the existing base-wide energy management system (BWEMS), ensuring proper building pressurization and efficient operation.
- Cisco IE 3400 Series Industrial Ethernet switches: For integration with the existing WRF SCADA system, maintaining compliance with Department of Defense Information Network (DoDIN) Approved Products List (APL) and cybersecurity ATO.
- King-Fisher fire alarm radio transmitter panels and antennas: To ensure compatibility with the existing King-Fisher fire alarm system at MCBH and the Regional Dispatch Center, avoiding significant additional costs and delays.
- Schneider SCADA HMI Platform and Architecture (GeoSCADA) software: For the expansion and upgrade of the existing SCADA system, leveraging the current ATO and preventing compatibility issues.
- Aclara kV2c electric smart meters with TWACS UMT-C metering transponder: Required for communication with the existing base-wide advanced metering infrastructure (AMI) system, ensuring functional compatibility and maintenance efficiency.
Contract & Timeline
This notice consists of multiple J&As, indicating that the government intends to procure these specific items on a sole-source basis. These actions are related to an $8B Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) (Contract Nos. N6247825D4041 through 4051) awarded on June 12, 2025. The J&As were published on March 18, 2026. No response date is applicable as these are justifications for non-competitive awards.
Set-Aside
None specified. These are justifications for sole-source procurements, not competitive solicitations with set-asides.
Additional Notes
Market research, including Sources Sought notices, was conducted for each component, but no compatible alternative products or manufacturers were identified. The rationale consistently emphasizes cost savings, reduced maintenance burden, operational efficiency, and leveraging existing staff expertise. NAVFAC HI will continue to monitor the market for future competition opportunities where feasible.