Design-Bid-Build, P1102 Weapons Magazine and Ordnance Operations Facility, Naval Submarine Base New London, Groton, Connecticut
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 Design-Bid-Build (DBB) project, P1102 Weapons Magazine and Ordnance Operations Facility, at Naval Submarine Base New London, Groton, Connecticut. This unrestricted acquisition with full and open competition seeks a contractor for the construction of new weapons magazines and an ordnance operations facility, alongside significant demolition and site preparation. The estimated magnitude of construction is $200-$250M. Proposals are due by 02:00 PM EST on April 30, 2026.
Scope of Work
This project involves the construction of nine (9) new high-explosive magazines, including six (6) Containerized Long Weapons Storage (CLWS) magazines, two (2) Box G magazines, and one (1) Box H earth-covered magazine. It also includes the construction of a new low-rise Ordnance Operations building and a new Sentry building. The scope encompasses extensive site preparation, including clearing, excavation, grading, and fill, with potential wetland mitigation. Significant demolition is required, including 18 existing magazines, Building 524, and Building 393. The work includes foundations, reinforced concrete structures, blast-resistant doors, grounding, lightning protection, intrusion detection systems, paving, access roads, landscaping, and electrical/telecommunications utilities. Detailed design drawings and specifications are provided as attachments. An asbestos analysis report indicates Chrysotile asbestos in a Sentry Post tile, requiring specific handling during demolition.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (FFP) Design-Bid-Build Construction.
- Period of Performance: 15 calendar days for lead time, followed by 1587 calendar days from notice to proceed for completion.
- Estimated Magnitude: $200-$250M.
- NAICS Code: 237990 (Construction Of Ammunition Facilities), Size Standard: $45,000,000.
- Set-Aside: Unrestricted acquisition with Full and Open Competition.
- Small Business Participation: A minimum of 20% total small business subcontracting participation is required.
- Proposal Due: April 30, 2026, at 02:00 PM EST.
- Estimated Award: August 2026 (subject to change).
Evaluation Criteria
Proposals will be evaluated using a tradeoff process, considering both price and non-cost/price factors. Non-cost/price factors include: Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. Technical factors (Corporate Experience, Management Approach, Safety, Small Business Utilization) are of equal importance and, combined, are equal in importance to Past Performance. Technical and Past Performance combined are approximately equal to price. A bid bond of 20% of the total project bid price or $3M, whichever is less, is required. Offerors must be registered in SAM.gov.
Important Notes
- Pre-Proposal Conference: A virtual conference was held on March 10, 2026.
- Site Visit: A site visit was held on March 26, 2026. Attendees were required to bring a completed SECNAV 5512 form and valid identification.
- Amendments: Amendment 0002 incorporates responses to pre-proposal inquiries and updates the wage determination. It also clarifies that financial statements can be submitted as password-protected files in PIEE, with the password emailed separately.
- Submission: Proposals must be submitted via the PIEE Solicitation Module. Instructions for vendor access are provided in Attachment B.
- Inquiries: All correspondence should be directed via email to angela.j.clifton2.civ@us.navy.mil.