Bulkhead Repairs S50S and T Pier Demolition Naval Station Newport, Newport, Rhode Island
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 Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC Mid-Atlantic) is conducting market research through a Sources Sought notice for Bulkhead Repairs S50S and T Pier Demolition at Naval Station Newport, Rhode Island. This is not a request for proposal or solicitation. The estimated magnitude of construction is between $25,000,000 and $100,000,000. Responses are due by May 13, 2026.
Scope of Work
The project, to be prepared under one contract, includes:
- Base Bid ST18-1985 (Bulkhead Repairs S50 South/LNG): Repair by replacement of the southern portion of Bulkhead S50 and associated stormwater system infrastructure. This involves replacing approximately 686 LF of damaged steel sheet-pile wall with a new system (including a wale system and deadman anchor, coated with macro epoxy) and replacing 193 LF of rip-rap. The work must protect embankments from erosion and meet all aspects of the applicable EPA Record of Decision (ROD) for the CERCLA/IR Superfund Site 19.
- Option 1 (T-Pier Demolition): Demolition of the T-Pier (Facility #S528) in Coddington Cove. This includes removal and disposal of the concrete slab, excavation and disposal of soil/fill within the structure, excavation/dredging and disposal of sediment/fill below the waterline, and cutting/disposal of the steel sheet-pile bulkhead and structural supports 2 feet below the mudline. Associated infrastructure (e.g., mooring dolphins, steel piles, utilities) will also be removed. The estimated period of performance is approximately 610 calendar days.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 237990, Other Heavy and Civil Engineering Construction (Small Business Size Standard: $45,000,000)
- Set-Aside: The Government will determine whether to set aside the procurement based on responses. Small businesses of all types (SDVOSB, HUBZone, 8(a), WOSB, and general small businesses) are encouraged to respond. Large business submittals will not be considered. If set aside, it will include RFO 52.219-14, Limitations on Subcontracting.
- Response Due: May 13, 2026, by 2:00 P.M. local time.
- Published Date: April 28, 2026.
- Anticipated Award (for future contract): September 2026.
Submission Requirements
Interested sources must submit responses electronically to Catharine Keeling at catharine.a.keeling.civ@us.navy.mil. The submission package must be limited to a 4Mb attachment and include:
- Contractor Information: Firm's contact information, Unique Entity Identifier (UEI), and CAGE Code.
- Type of Business: Identification and verification of the firm’s small business status.
- Construction Experience: A minimum of three (3) up to a maximum of five (5) relevant construction projects demonstrating experience similar in size, scope, and complexity. Each project form is limited to two pages.
- Relevant Project Definition: Single task order or contract, 100% completed within the last ten (10) years.
- Size: Final construction cost of $30,000,000 or greater.
- Scope: Experience with new construction or repair/replacement of Waterfront related structures.
- Complexity: Experience with open-water construction methods, installation of sheet pile bulkheads, handling ground water/soil contamination (arsenic/asbestos), and utility installation.
- Note: Experience of proposed subcontractors will not be considered, except for small business first-tier subcontractors as per 13 CFR 125.2(g) for small business Offerors.
Project Labor Agreement (PLA) Information
NAVFAC Mid-Atlantic is also seeking comments on the potential use of a Project Labor Agreement (PLA) for this project. Federal policy generally requires PLAs for large-scale construction projects ($35M or above). Respondents are required to complete an attached questionnaire to provide feedback on labor availability, contractor interest, and potential cost impacts of a PLA.
Additional Notes
This notice is for planning purposes only and does not obligate the Government to solicit for or award a contract. No drawings or specifications are available at this time.