NSN, Q-47 DEMOLISH FISHING PIER
SOL #: N4008526R0108Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States
Place of Performance
Norfolk, VA
NAICS
Other Heavy and Civil Engineering Construction (237990)
PSC
Repair Or Alteration Of Other Non Building Facilities (Z2PZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 9, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 7, 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, has issued a Solicitation for the demolition of the Q-47 Fishing Pier at Naval Station Norfolk, Virginia. This project requires complete removal of the pier structure, associated utilities, and site restoration. This is a Total Small Business Set-Aside opportunity, specifically a Task Order under an existing Multiple Award Construction Contract (MACC). Proposals are due April 09, 2026, at 1400 EDT.
Scope of Work
The contractor will provide all supervision, labor, material, and equipment for the complete demolition of Fishing Pier NSN Q-47. This includes:
- Demolition of the reinforced concrete pier superstructure (utility supports, canopy, railings, decking, concrete poles) and substructure (beams, pile caps, bents).
- Removal of 18 precast concrete piles, cut a minimum of 2 feet below the mudline.
- Disconnection and demolition of all associated utilities (electrical, potable water).
- Demolition of the Information Shelter.
- Site restoration, including grading, backfilling disturbed areas with clean fill, and stabilizing the impacted shoreline.
- Off-base disposal of all demolished materials and daily site cleaning.
- Compliance with U.S. Army Corps of Engineers Safety Health Requirements Manual EM-385-1-1 and the project's Environmental Protection Plan.
- Required submittals include a Demolition Plan, Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), Work Schedule, and Construction Waste Management Plan (mandating 60% waste diversion).
Contract Details
- Contract Type: Indefinite Delivery/Indefinity Quantity (IDIQ), Multiple Award Construction Contract (MACC) Task Order.
- Period of Performance: 300 calendar days from task order award.
- Estimated Budget Range: $500,000 to $1,000,000.
- NAICS Code: 237990 - Other Heavy and Civil Engineering Construction.
- Liquidated Damages: $318.02 per calendar day for delay.
- Wage Rates: Adherence to DoL General Decision Number: VA20260160 (Davis-Bacon Act).
- Special Clauses: Includes FAR/DFARS clauses on Waste Reduction, Sustainable Products, Security Prohibitions (telecom, Kaspersky, UAS, OFAC, Sudan, Iran), Safeguarding Covered Defense Information, Duty-Free Entry, Xinjiang Uyghur Autonomous Region (forced labor), and Russian Fossil Fuel Business Operations.
Submission & Evaluation
- Proposal Due Date: April 09, 2026, at 1400 EDT.
- Submission Method: Electronic proposals via the PIEE Solicitation Module. Hard copy submission is also required within three calendar days after the electronic due date.
- Evaluation Criteria: Award will be made to the responsible offeror submitting the LOWEST PRICE. Evaluation will consider total price, comparison with proposed prices, IGCE, historical information, and market survey results.
- Proposal Acceptance Period: 120 days from receipt of offers.
- Bid Guarantee: Required (Standard Form 24) equal to at least 20% of the offer price or $3,000,000, whichever is less.
- Bonds: Performance and Payment Bonds may be required within ten calendar days after award.
- Pricing Structure: Bidders must provide pricing for a base demolition CLIN (0001AA) and three optional CLINs (0001AB-AD) for potential additional work (e.g., subgrade undercut, contaminated soils, abandoned concrete removal).
Eligibility & Key Dates
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Eligibility: This solicitation is restricted to MACC contract holders only.
- Site Visit: A site visit was held on Thursday, March 19, 2026, at 0830 EDT.
- Pre-Proposal Inquiries (PPIs) Cutoff: March 24, 2026, at 1400 EDT. Responses to PPIs #2-43 have been provided.
- Amendments: Offerors are responsible for checking SAM.gov and PIEE for amendments. Amendment 0003 extended the proposal due date and provided Design Revision 01 and the Site Visit Log.
- Funding: Award is contingent on funding availability; no reimbursement for proposal costs.
People
Points of Contact
Hailey McGinnessPRIMARY
Kathryn ArnoldSECONDARY