B300 Waterfront Machine Shop Roof and HVAC Repair Portsmouth Naval Shipyard

SOL #: N4008526R0029Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Apr 16, 2026, 6:00 PM

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, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for a Design-Bid-Build (DBB) Firm-Fixed Price (FFP) construction contract for Roof and HVAC Repair at the B300 Waterfront Machine Shop, Portsmouth Naval Shipyard (PNSY), Kittery, Maine. This project addresses critical infrastructure failures, including roof leaks, deteriorated HVAC systems containing RCRA 8 metals, and outdated fire safety and electrical systems. The estimated magnitude of this project is between $25,000,000 and $100,000,000. Proposals are due by April 16, 2026.

Scope of Work

The project encompasses comprehensive repairs and upgrades:

  • Roof Replacement: Removal of the existing roof and installation of a new fully adhered 0.080 thermoplastic polyolefin (TPO) roof membrane assembly.
  • HVAC System Overhaul: Removal or abandonment of existing HVAC ductwork and air handling equipment, replacement of the steam to hot water plant, and installation of new unit heaters, dedicated outdoor air systems, and destratification fans.
  • Hazardous Material Abatement: Containment and abatement of RCRA 8 dust and asbestos-containing materials found within ductwork.
  • Fire Safety System Upgrades: Removal and replacement of the existing fire alarm, mass notification system, and fire sprinkler system serving industrial work areas.
  • Electrical Infrastructure Modernization: Removal and replacement of the existing 2500 kVA main service transformer, 15 kV service switch, and 480V main and feeder switchgear.
  • Site Improvements: Utility construction and restoration of disturbed areas.

Contract Details

  • Contract Type: Firm-Fixed Price (FFP) Construction Contract (Design-Bid-Build).
  • 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 (Repair Or Alteration Of Miscellaneous Buildings).
  • Size Standard: $45,000,000.

Evaluation & Submission

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 to allow demonstration with a minimum of two relevant projects, each 40,000 SF or more.
  • Management Approach & Schedule: Revised criteria.
  • Safety.
  • Past Performance.
  • Small Business Utilization and Participation: Requires a minimum 20% total small business subcontracting. Proposals are due by April 16, 2026, at 02:00 PM local time. All correspondence, including Pre-Proposal Inquiries (PPIs), must be submitted through the official process. A mandatory site visit was held on March 3, 2026.

Key Amendments

Multiple amendments have been issued, primarily extending the proposal due date and refining evaluation criteria. The most recent amendments (0007 and 0008) confirmed the final proposal due date of April 16, 2026, and further revised evaluation criteria for Corporate Experience. Amendment 0006 also updated criteria for Management Approach & Schedule and provided hazardous survey attachments.

Contact Information

For inquiries, contact Mary Pool at mary.pool@navy.mil or 757-341-1650.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 13
Solicitation
Posted: Apr 1, 2026
View
Version 12
Solicitation
Posted: Mar 26, 2026
View
Version 11Viewing
Solicitation
Posted: Mar 24, 2026
Version 10
Solicitation
Posted: Mar 24, 2026
View
Version 9
Solicitation
Posted: Mar 19, 2026
View
Version 8
Solicitation
Posted: Mar 10, 2026
View
Version 7
Solicitation
Posted: Feb 25, 2026
View
Version 6
Solicitation
Posted: Feb 19, 2026
View
Version 5
Solicitation
Posted: Feb 13, 2026
View
Version 4
Solicitation
Posted: Feb 13, 2026
View
Version 3
Solicitation
Posted: Feb 4, 2026
View
Version 2
Solicitation
Posted: Jan 28, 2026
View
Version 1
Solicitation
Posted: Jan 28, 2026
View