ATLANTIC UNDERSEA TEST AND EVALUATION CENTER (AUTEC) WATER TANKS REPLACEMENT, ALANTIC UNDERSEA TEST AND EVALUATION CENTER (AUTEC), ANDROS ISLAND, BAHAMAS
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 SOUTHEAST, is soliciting proposals for a Design-Bid-Build (DBB), Firm-Fixed-Price (FFP) contract to replace the potable and fire supply water system at the Atlantic Undersea Test and Evaluation Center (AUTEC) on Andros Island, Bahamas. This unrestricted procurement aims to update the system to current use characteristics and restore its original design intent. The project magnitude is estimated between $10,000,000 and $25,000,000. Proposals are due March 25, 2026, by 2:00 PM Eastern Time.
Scope of Work
This project involves the replacement of a portion of the water system, including:
- Construction of two (2) new finished water holding/contact tanks, each with a 500,000-gallon capacity.
- Construction of one (1) new elevated storage tank with a 150,000-gallon capacity.
- Installation of new interconnecting potable water distribution piping (C900 PVC, 8" diameter or greater).
- Demolition of two existing finished water tanks that have reached the end of their useful life, along with abandoned piping.
Detailed architectural and engineering plans are provided in the "Conformed Set" of drawings, outlining demolition, site grading, utilities, and structural details. The project also requires a Special Inspector of Record (SIOR) for structural integrity and seismic resilience.
Contract & Timeline
- Contract Type: Design-Bid-Build (DBB), Firm-Fixed-Price (FFP)
- Period of Performance: 365 calendar days from the date of award.
- Project Magnitude: $10,000,000 to $25,000,000
- DPAS Priority Rating: DO-C2
- NAICS Code: 237110 (Water and Sewer Line and Related Structures Construction), Size Standard: $45,000,000
- Set-Aside: Unrestricted (Full and Open Competition)
- Proposal Due: March 25, 2026, 2:00 PM Eastern Time
- Published: March 12, 2026
Evaluation
Award will be based on best value, considering price and the following non-price factors:
- Factor 1: Experience (Construction Experience)
- Factor 2: Past Performance
- Factor 3: Safety
- Factor 4: Technical Approach
Non-price factors (Experience, Safety, Technical Approach) are of equal importance and combined are equal in importance to Past Performance. The combined non-price factors are approximately equal to price.
Key Attachments & Instructions
- Required Forms: Offerors must complete and submit Attachment A (Construction and Design Experience Project Data Sheet), Attachment B (Past Performance Questionnaire), and Attachment C (Safety Data Sheet).
- Pre-Proposal Inquiries (PPIs): Due ten (10) calendar days prior to the closing date. Inquiries must be submitted via ProjNet using the updated bidder key: M9RSTR-XN5SJ3.
- Site Visit: A site visit was scheduled for March 10, 2026. Personnel requiring access to AUTEC/Andros must follow specific travel arrangement procedures outlined in Attachment F.
Additional Notes
- Offerors must be registered in the System for Award Management (SAM).
- Performance and Payment Bonds are required.
- Proposals must be uploaded to the Procurement Integrated Enterprise Environment (PIEE) portal.
- Amendment 0001 updated the ProjNet bidder inquiry key.