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, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for a Design-Bid-Build (DBB) project for Roof and HVAC Repair at the B300 Waterfront Machine Shop located at Portsmouth Naval Shipyard (PNSY), Kittery, Maine. This unrestricted, full and open competition opportunity addresses critical infrastructure repairs, including hazardous material abatement. Proposals are due by March 26, 2026, at 02:00 PM EST.
Scope of Work
This project involves comprehensive repairs and upgrades to Building 300, a manufacturing and machining facility. The scope includes:
- Roof Replacement: Removal of the existing deteriorated roof system and installation of a new fully adhered 0.080 thermoplastic polyolefin (TPO) roof membrane assembly.
- HVAC System Overhaul: Removal or abandonment of existing HVAC equipment and ductwork, which contains RCRA 8 metals. Replacement with a new steam to hot water plant, unit heaters, and dedicated outdoor air systems with destratification fans.
- Hazardous Material Abatement: Measures to contain RCRA 8 dust and abate asbestos-containing materials (ACMs) and lead-containing paint (LCP) identified in hazardous material surveys.
- Fire & Electrical Systems: Replacement of the existing fire alarm and mass notification system, fire sprinkler system, 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 & 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), Size Standard: $45,000,000.
- Proposal Due Date: March 26, 2026, 02:00 PM Eastern Standard Time.
- Published Date: March 19, 2026 (latest amendment).
Evaluation
Proposals will be evaluated using a tradeoff process, with award made to the offeror representing the best value. Evaluation factors include:
- Corporate Experience: Revised to allow demonstration with two relevant projects of at least 40,000 SF each.
- Management Approach & Schedule: Updated criteria per Amendment 0006.
- Safety
- Past Performance
- Small Business Utilization and Participation Non-cost/price factors are collectively equal in importance to price.
Key Attachments & Notes
Offerors must submit proposals via the PIEE platform. Several amendments have been issued, notably Amendment 0006, which extended the proposal due date and updated evaluation criteria. Hazardous material survey reports (Attachments N and O) detail the presence of asbestos, lead, and RCRA 8 metals, critical for project planning. A mandatory site visit was conducted on March 3, 2026, requiring specific base access procedures. All correspondence should be submitted through the Pre-Proposal Inquiry process.