Design/Build B562 MAU#1 Replacement
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-Build B562 MAU#1 Replacement project at Naval Submarine Base New London, Groton, CT. This opportunity involves replacing two existing Makeup Air Units (MAUs) in Building B562 that are 26 years old, lack dehumidification, and are no longer supported with replacement parts. The project aims to install new, energy-efficient MAUs with dehumidification capabilities. This solicitation is restricted to Multiple Award Construction Contract (MACC) holders only. Proposals are due April 17, 2026, at 12:00 PM EST.
Scope of Work
The project requires the design, provision, and installation of MAU#1 (Base Bid), and design only for MAU#2 (Base Bid), with an option for provision and installation of MAU#2. New MAUs must match existing capacities, include dehumidification to 50% RH +/- 10%, be energy-efficient, and allow for technological innovation such as Dedicated Outdoor Air Units (DOAS). The scope also includes integrating new MAU controls with existing building DDC, removing existing MAUs, Horizontal Dehumidifier Fancoil Units (FC-1/2), and Air Cooled Condensing Units (CND-1/2), and installing additional utilities (electrical, piping, gas). Demolition of associated concrete pads, patching/sealing penetrations, and managing excavated soil (with potential PFAS contamination) are also required. Clarifications indicate that demolition of FC-1/2 and CND-1/2 is part of CLIN 0001. Costs for MAU#1 roof curb replacement are in CLIN 0001; for MAU#2, design is in CLIN 0001, and removal/installation in CLIN 0002. Temporary MakeUpAir (CLIN 0003) may be needed if roof curbs or entire ductwork require replacement. PWD Electricians will meter the Main Distribution Panel (MDP) to assess current load demand.
Contract Details
This is a Solicitation for a Design-Build project under an Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The estimated magnitude of construction is between $250,000 and $500,000. The period of performance is 210 calendar days after contract award. The Product Service Code is Y1JZ (Construction Of Miscellaneous Buildings). This opportunity is restricted to MACC holders only (ML-C00073), and limitations on subcontracting apply.
Submission & Evaluation
Proposals are due by April 17, 2026, at 12:00 PM EST and must be emailed to shawn.a.drake3.civ@us.navy.mil. The evaluation factor is Price, with the award going to the lowest evaluated price. Electronic proposals must include a Price Proposal Form (Attachment I), SAM Representations and Certifications, a Bid Bond, and a cover page. The Government intends to award without discussions but reserves the right to conduct them if necessary.
Key Information & Requirements
A site visit was held on February 17, 2026. Bidders should not include Connecticut Sales and Use Taxes in their bid price, utilizing the CERT-141 exemption. Contractors must comply with all Naval Submarine Base New London General Requirements, including station regulations, fire protection, safety (COE EM-385, no emergency medical services on base), crane safety, radiological accident drills, environmental protection, insurance, and security (DBIDS access, background checks). The prevailing wage rates for New London County, CT, as per Wage Determination CT20260024 (dated 01/23/2026), apply. The NEPA Environmental Checklist highlights potential PFAS contamination and associated waste management requirements.