CONVERT INTEL SPACES TO CONTROLLED AREA, BLDG 145, NAS OCEANA, VIRGINIA BEACH, VA
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 a task order under an existing Multiple Award Construction Contract (MACC) to convert Intel spaces to a Controlled Area in Building 145 at NAS Oceana, Virginia Beach, VA. This project involves renovating approximately 1,830 SF to include Radio Frequency (RF) protection. This is a Total Small Business Set-Aside opportunity, restricted to current MACC holders. Proposals are due June 15, 2026, at 2:00 PM EDT.
Scope of Work
This Design-Build project requires the renovation of existing Intel spaces (rooms E205, E223-E227, E229, W205, W223-W226) within Hangar Building 145 into a Controlled Area with stringent RF protection. Key requirements include:
- Installation of 60 dB RF shielding on perimeter walls, floor, and ceiling, meeting IEEE 299 standards.
- Perimeter walls must be full height with a minimum Sound Transmission Coefficient (STC) of 50.
- Modification of structural, electrical, mechanical, and fire protection systems.
- Renovation of specific rooms (W227, W229) into normal office areas.
- All penetrations through the Controlled Area perimeter must be grounded.
- The facility must remain operational during construction, with utility outages scheduled for off-hours.
- Compliance with the Construction Security Plan and environmental considerations is mandatory.
Contract & Timeline
- Contract Type: Task Order under an existing Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Small Businesses.
- Estimated Price Range: $1,000,000.00 to $5,000,000.00.
- Period of Performance: 540 calendar days from task order award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), restricted to MACC GROUP: ML-C00081 holders.
- Wage Determination: Department of Labor General Decision Number VA20260167, effective 01/30/2026, applies.
- Liquidated Damages: $625.07 per calendar day of delay.
- Site Visit: Tuesday, May 19, 2026, at 9:00 am EDT at Building 145, NAS Oceana.
- Pre-Proposal Inquiries (PPIs) Due: May 29, 2026, 2:00 PM EDT.
- Proposal Due Date: June 15, 2026, 2:00 PM EDT.
- Proposal Acceptance Period: 180 days from receipt of offers.
Evaluation
Award will be made on a fair opportunity basis to the responsible offeror providing the lowest price. Evaluation criteria are price only.
Eligibility & Submission
This opportunity is a Small Business Set-Aside and is restricted to current MACC awardees under the NAVFAC Mid-Atlantic Hampton Roads AOR. Proposals must be submitted electronically through the PIEE Solicitation Module. A Bid Guarantee (Standard Form 24) is required with the offer, and Performance and Payment Bonds will be required after award. Vendors must follow PIEE registration instructions (Attachment H) and base access procedures (Attachment C).
Additional Notes
Offerors are advised that funding may not be available, and no award will be made if funds are not available. Amendments will be posted to PIEE, SAM.gov, and emailed to MACC holders.