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 has issued a Solicitation for a Design-Bid-Build (DBB) Firm-Fixed Price (FFP) Construction Contract for the B300 Waterfront Machine Shop Roof and HVAC Repair at Portsmouth Naval Shipyard, Kittery, Maine. This project addresses critical infrastructure failures, including roof leaks, deteriorated HVAC systems containing RCRA 8 metals, and outdated fire/electrical systems. The estimated magnitude is between $25,000,000 and $100,000,000. This opportunity is Unrestricted for Full and Open Competition. Proposals are due by April 16, 2026, at 02:00 PM local time.
Scope of Work
The project involves comprehensive repairs and upgrades to Building 300. Key tasks include:
- Removal and replacement of the existing roof system with a new fully adhered 0.080 thermoplastic polyolefin (TPO) membrane assembly.
- Removal or abandonment of existing HVAC ductwork, including containment and abatement of RCRA 8 dust and asbestos-containing materials.
- Replacement of the existing steam to hot water plant, installation of unit heaters, and dedicated outdoor air systems with destratification fans.
- Removal and replacement of the existing fire alarm, mass notification, and fire sprinkler systems.
- Replacement of the 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: $25,000,000 to $100,000,000
- Period of Performance: 925 calendar days after award
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Size Standard: $45,000,000
- Set-Aside: Unrestricted for Full and Open Competition
Evaluation & Submission
Proposals will be evaluated using a tradeoff process, with award made to the offeror representing the best value. Evaluation factors, which are collectively equal in importance to price, include:
- Corporate Experience (revised to allow two projects of 40,000 SF minimum each, instead of one 80,000 SF project).
- Management Approach & Schedule
- Safety
- Past Performance
- Small Business Utilization and Participation (minimum 20% total small business subcontracting requirement).
A mandatory site visit was held on March 3, 2026. All correspondence regarding this solicitation must be submitted through the Pre-Proposal Inquiry process. Offerors are urged to inspect the site.
Key Attachments
Significant attachments include detailed plans and specifications (A1, A2), hazardous building materials survey reports (O, N) identifying asbestos, lead, and RCRA 8 metals, a price proposal form (D), and forms for small business participation (H, G) and past performance (F). Instructions for PIEE vendor access (C) are also provided.