SP-312 Chiller Replacement, 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 SP-312 Chiller Replacement project at Naval Station Norfolk (NSN), Norfolk, Virginia. This opportunity is restricted to specific Multiple Award Construction Contract (MACC) Contractors (N4008524D2508/2509/2510/2511/2512) primarily in the Hampton Roads Area of Virginia. It is a Total Small Business Set-Aside. Proposals are due by April 7, 2026, at 6:00 PM UTC.
Scope of Work
The project involves replacing the existing 50-ton Trane air-cooled chiller with a like-in-kind unit for Building SP-312. The scope includes both mechanical and electrical work, specifically:
- Mechanical: Chiller replacement as per drawings.
- Electrical: Demolition of existing chiller disconnect switch, conduit, wiring, and heat trace components, followed by installation of new disconnect switch, wiring, and conduit for the chiller and heat tape.
Key Requirements & Clarifications
- Control Vendors: Acceptable control vendors are Automated Logic Corporation (ALC) WEBCTRL or Johnson Controls International (JCI) METASYS – NO EXCEPTIONS (per Design Revision 1, Attachment K).
- Chiller Replacement Schedule: All chiller replacement activities can occur over the weekend (Friday PM demo to Sunday PM startup), eliminating the need for a temporary chiller (per Amendment 0003).
- Personnel: A Level 2 QC/SSHO is required and can be the same individual as the Superintendent (per Amendment 0003).
- Plans: A QC & Site Specific AP Plan is required (per Amendment 0003).
- Site Visit: Contractors must perform a thorough site visit before bidding.
- Materials: All materials must be new and provided by the Contractor.
- Safety & Security: Adherence to EM-385 & OSHA safety regulations and maintenance of building/compound security requirements are mandatory.
- Prevailing Wages: Bidders must comply with Davis-Bacon Act prevailing wage rates for Norfolk County, VA (Attachment C).
- Clauses: Attachment J includes critical clauses such as prohibitions on certain telecommunications equipment, procurements from the Xinjiang Uyghur Autonomous Region, and Russian fossil fuel business operations.
Contract Details
- Type: Solicitation (Firm Fixed Price, lump sum for CLIN 0001).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Performance Bond: Must reflect 100 percent of the aggregate amount of CLIN 0001.
- Submission: Proposals must be submitted via the PIEE platform. Instructions for vendor access are provided in Attachment G.
Deadlines & Contacts
- Proposal Due Date: April 7, 2026, 6:00 PM UTC.
- Primary Contact: JORDAN CASHWELL, jordan.r.cashwell.civ@us.navy.mil, 757-341-0548.