CONVERT INTEL SPACES TO CONTROLLED AREA, BLDG 145, NAS OCEANA, VIRGINIA BEACH, VA

SOL #: N4008526R0169Solicitation

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 Maintenance Buildings (Z2EB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 13, 2026
2
Last Updated
May 13, 2026
3
Submission Deadline
Jun 15, 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 is soliciting proposals for a Total Small Business Set-Aside task order to convert Intel spaces into a Controlled Area within Building 145 at NAS Oceana, Virginia Beach, VA. This project involves renovating approximately 1,830 SF to include Radio Frequency (RF) protection and associated building system modifications. This is a task order under an existing Design-Build (DB)/Design-Bid-Build (DBB) IDIQ Multiple Award Construction Contract (MACC). Proposals are due June 15, 2026, at 2:00 PM EDT.

Scope of Work

The project entails the renovation of existing Intel spaces (rooms E205, E223-E227, E229, W205, W223-W226) in Building 145 to create a Controlled Area with stringent RF protection (60 dB shielding) and a minimum Sound Transmission Coefficient (STC) of 50 for perimeter walls. Building systems, including structural, electrical, mechanical, and fire protection, will be modified to meet "Accreditation Documentation" requirements. Specific rooms (W227, W229) will be renovated into normal office areas. The facility must remain operational during construction, with utility outages scheduled for off-hours. Contractors must comply with the Construction Security Plan and base access instructions.

Contract Details

  • Contract Type: Task Order under an existing IDIQ MACC (Design-Build/Design-Bid-Build).
  • Estimated Price Range: $1,000,000.00 to $5,000,000.00.
  • Time for Completion: 540 calendar days from task order award.
  • Liquidated Damages: $625.07 per calendar day of delay.
  • Wage Determination: Department of Labor General Decision Number VA20260167, effective January 30, 2026, applies.
  • Bond Requirements: A Bid Guarantee (Standard Form 24) is required with the offer, and Performance and Payment Bonds are required within 15 days of award.

Eligibility & Submission

  • Set-Aside: Total Small Business Set-Aside.
  • Eligibility: Restricted to MACC GROUP: ML-C00081 awardees (N4008524D0030-0038 AND N4008524D0069).
  • Submission: Proposals must be submitted electronically through the PIEE platform. Instructions for PIEE vendor access are provided (Attachment H).
  • Pre-Proposal Inquiries (PPIs) Due: May 29, 2026, 2:00 PM EDT.
  • Proposal Due Date: June 15, 2026, 2:00 PM EDT.
  • Site Visit: Scheduled for Tuesday, May 19, 2026, at 9:00 am EDT at Building 145, NAS Oceana.

Evaluation

Award will be made on a Lowest Price to the Government basis, with price only as the evaluation criterion. The proposal acceptance period is 180 days from receipt of offers.

Additional Notes

Funding for this project is contingent on availability. Contractors must adhere to stringent security requirements and base access procedures (Attachment C).

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 2
Solicitation
Posted: May 13, 2026
View
Version 1Viewing
Solicitation
Posted: May 13, 2026