B300 Waterfront Machine Shop Roof and HVAC Repair Portsmouth Naval Shipyard
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, specifically NAVFACSYSCOM MID-ATLANTIC, has issued a Solicitation for a Design-Bid-Build (DBB) project to perform comprehensive Roof and HVAC Repair at the B300 Waterfront Machine Shop at Portsmouth Naval Shipyard, Kittery, Maine. This project addresses critical infrastructure failures, including a deteriorated roof and outdated HVAC systems, and involves significant upgrades to building systems. Proposals are due by April 16, 2026.
Scope of Work
This project entails the removal of the existing roof system and replacement with a new fully adhered 0.080 thermoplastic polyolefin (TPO) roof membrane assembly. The scope also includes the removal or abandonment of existing HVAC equipment and ductwork, which contains RCRA 8 metals and asbestos-containing materials requiring abatement. New HVAC systems will be installed, including a steam to hot water plant, unit heaters, dedicated outdoor air systems, and destratification fans. Additionally, the project requires the removal and replacement of the existing fire alarm, mass notification, and fire sprinkler systems. Electrical upgrades involve replacing the 2500 kVA main service transformer, 15 kV service switch, and 480V main and feeder switchgear. Site improvements and utility construction are also part of the effort.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP) Construction Contract
- Estimated Magnitude: Between $25,000,000 and $100,000,000
- Period of Performance: 925 calendar days after award
- Set-Aside: UNRESTRICTED FOR FULL AND OPEN COMPETITION
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45,000,000 size standard
- Proposal Due: April 16, 2026, by 02:00 PM local time
- Published Date: March 26, 2026 (latest amendment)
Evaluation Factors
Proposals will be evaluated using a tradeoff process, with award made to the offeror representing the best value. Non-cost/price factors are collectively equal in importance to price. Key evaluation factors include:
- Corporate Experience: Revised criteria allow for demonstrating experience with a minimum of two relevant projects, each at least 40,000 SF.
- Management Approach & Schedule
- Safety
- Past Performance
- Small Business Utilization and Participation: Requires a minimum of 20% small business subcontracting.
Key Attachments & Notes
Bidders must review the comprehensive solicitation documents, including Attachments A1 (Plans) and A2 (Specifications), and Hazardous Building Materials Survey Reports (Attachments N and O) which detail asbestos, lead, and RCRA 8 metals. The Price Proposal Form (Attachment D) outlines the cost structure. All correspondence regarding this solicitation must be submitted through the Pre-Proposal Inquiry process. A mandatory site visit was previously conducted on March 3, 2026.