LP-38 BERM RECERTIFICATION REPAIR DESIGN AT NAVAL STATION NORFOLK (NSN), NORFOLK, VIRGINIA
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 the LP-38 Berm Recertification Repair Design at Naval Station Norfolk (NSN), Norfolk, Virginia. This Total Small Business Set-Aside opportunity involves providing a secondary containment (berm) for an aboveground storage tank (AST) at LP-38, including related incidental work. Proposals are due by April 22, 2026, at 1400 local time.
Scope of Work
The project requires the design and repair of a secondary containment berm for an aboveground storage tank at LP-38. Key requirements include:
- Design for a secondary containment berm.
- Adherence to all terms and conditions of the existing Multiple Award Construction Contract (MACC).
- Submission of record shop drawings.
- Compliance with Department of Labor (DoL) wage rate requirements (Davis-Bacon Act).
- Adherence to liquidated damages clause for timely completion.
- Detailed technical specifications cover general requirements, exterior improvements, utilities, and waterway/marine construction. Drawings provide visual representations of existing conditions, proposed modifications, and construction details.
Contract Details
- Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) Task Order.
- Period of Performance: 540 calendar days from the date of Task Order award.
- Estimated Budget: $1,000,000 to $5,000,000.
- NAICS Code: 236220 - Commercial and Institutional Building Construction.
- Product Service Code: Z2JZ - Repair Or Alteration Of Miscellaneous Buildings.
Eligibility & Evaluation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Eligibility: This solicitation is restricted to Small Business (SB) MACC Contract Holders only. Only listed contractors can submit a proposal.
- Evaluation Criteria: Award will be made to the responsible offeror submitting the LOWEST PRICE. Evaluation will compare the total price against the Independent Government Cost Estimate (IGCE), historical data, and market survey results. Unbalanced bids may be rejected.
Submission & Key Dates
- Proposal Submission: Electronic submission via the PIEE Solicitation Module. Hard copy submission is also permitted within three (3) calendar days after the electronic proposal due date.
- Proposal Due Date: April 22, 2026, at 1400 local time.
- Pre-Proposal Inquiries (PPIs) Due: March 23, 2026, 1400 EDT (past date).
- Site Visit: A site visit was conducted on March 17, 2026, at 10:00 EDT. A site visit log is available.
- Proposal Acceptance Period: 120 days from receipt of offers.
- Bid Guarantee: Required (Standard Form 24) in a penal sum equal to at least 20 percent of the offer price or $3,000,000, whichever is less.
Important Clauses & Notes
Bidders must comply with various FAR and DFARS clauses, including those related to Federal Acquisition Supply Chain Security Act (FASCSA) orders, waste reduction, sustainable products, security prohibitions (e.g., covered telecommunications equipment, Xinjiang, Russian fossil fuel business operations), and duty-free entry. Offerors must also complete a representation regarding telecommunications and video surveillance services (FAR 52.204-24). Instructions for PIEE registration and amendment acknowledgment are provided. Funding availability is not guaranteed, and no award will be made if funds are unavailable. No reimbursement for proposal costs.