B300 Waterfront Machine Shop Roof and HVAC Repair Portsmouth Naval Shipyard

SOL #: N4008526R0029Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 24, 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 a Design-Bid-Build (DBB) project to perform Roof and HVAC Repair at the B300 Waterfront Machine Shop at Portsmouth Naval Shipyard (PNSY), Kittery, Maine. This is an unrestricted, full and open competition with an estimated magnitude between $25,000,000 and $100,000,000. Proposals are due by March 24, 2026, at 02:00 PM Eastern Standard Time.

Scope of Work

This project addresses critical infrastructure failures in Building 300, a manufacturing and machining facility. The scope includes:

  • Roof Replacement: Removal of the existing deteriorated roof system and installation of a new fully adhered 0.080 thermoplastic polyolefin (TPO) roof membrane assembly.
  • HVAC System Overhaul: Removal or abandonment of existing HVAC ductwork and equipment (installed 1979-1984), including abatement of RCRA 8 metals and asbestos. Replacement with a new steam to hot water plant, unit heaters, dedicated outdoor air systems, and destratification fans.
  • Fire & Life Safety Upgrades: Replacement of the existing fire alarm, mass notification, and fire sprinkler systems serving industrial work areas.
  • Electrical Infrastructure Modernization: Replacement of the 2500 kVA main service transformer feeding Switchgear 4, the 15 kV service switch, and the 480V main and feeder switchgear.
  • Site Improvements: Utility construction and restoration of disturbed areas.

Contract Details

  • Contract Type: Firm-Fixed Price (FFP) Construction Contract.
  • Estimated Magnitude: Between $25,000,000 and $100,000,000.
  • Period of Performance: 925 calendar days after award.
  • Set-Aside: Unrestricted for Full and Open Competition.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction).
  • Size Standard: $45,000,000.
  • DPAS Priority Rating: DO-C2.

Submission & Evaluation

  • Proposals Due: March 24, 2026, at 02:00 PM Eastern Standard Time.
  • Evaluation Factors: Proposals will be evaluated based on Corporate Experience, Management Approach & Schedule, Safety, Past Performance, and Small Business Utilization and Participation. These non-cost/price factors are collectively equal in importance to price.
  • Award Basis: Best value tradeoff process.
  • Mandatory Site Visit: Referenced in Section 00 21 16. Offerors are urged to inspect the site.
  • Inquiries: All correspondence must be submitted through the Pre-Proposal Inquiry process.

Key Attachments & Instructions

Bidders must review several critical attachments:

  • Attachment A1 (Plans) & A2 (Specifications): Detailed architectural, electrical, fire suppression plans, and technical specifications for crane/rigging, firestopping, and electrical systems.
  • Attachment C (PIEE Vendor Access Instructions): Essential for registering and obtaining the 'Proposal Manager' role to submit offers via the PIEE platform.
  • Attachment D (Price Proposal Form): Outlines the detailed pricing structure for base and option items.
  • Attachments E, F, G: Forms for Construction Experience, Past Performance Questionnaire, and Historical Small Business Utilization.
  • Attachments H & I: Small Business Participation Commitment Document (minimum 20% SB subcontracting goal for all offerors) and Individual Small Business Subcontracting Plan (for large businesses).
  • Attachments K, L, M: Provide guidance and forms for accessing Portsmouth Naval Shipyard (SECNAV 5512, DBIDS 5500b, Pass Office Virtual Line).

Contact Information

For questions, contact Mary Pool at mary.pool@navy.mil or 757-341-1650.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 8
Solicitation
Posted: Mar 10, 2026
View
Version 7
Solicitation
Posted: Feb 25, 2026
View
Version 6
Solicitation
Posted: Feb 19, 2026
View
Version 5
Solicitation
Posted: Feb 13, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 13, 2026
Version 3
Solicitation
Posted: Feb 4, 2026
View
Version 2
Solicitation
Posted: Jan 28, 2026
View
Version 1
Solicitation
Posted: Jan 28, 2026
View
B300 Waterfront Machine Shop Roof and HVAC Repair Portsmouth Naval Shipyard | GovScope