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 project involves the construction of new weapons magazines and an ordnance operations facility, alongside significant demolition and site preparation. The estimated magnitude of construction is between $200-$250 million. Proposals are due by April 30, 2026, at 02:00 PM EST.
Scope of Work
The project encompasses the construction of nine (9) new high-explosive magazines, including six (6) Containerized Long Weapons Storage (CLWS), two (2) Box G, and one (1) Box H earth-covered magazines. It also includes a new low-rise Ordnance Operations building and a new Sentry building. Extensive site preparation, clearing, excavation, grading, and fill are required, with potential wetland impact mitigation. The scope also mandates the demolition of 18 existing magazines, Building 524, and Building 393. Key construction elements include foundations, reinforced concrete structures, blast-resistant doors, grounding, lightning protection, intrusion detection systems, paving, access roads, landscaping, and comprehensive electrical and telecommunications infrastructure. Special foundation features like rigid inclusions and load transfer mats are specified.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Design-Bid-Build Construction.
- Estimated Magnitude: $200-$250 million.
- Period of Performance: 15 calendar days for lead time to begin performance, followed by 1587 calendar days from Notice to Proceed for completion.
- Set-Aside: Unrestricted acquisition with Full and Open Competition.
- NAICS Code: 237990 (Construction Of Ammunition Facilities), Size Standard: $45,000,000.
- Small Business Participation: A minimum of 20% total small business participation is required.
Submission & Evaluation
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 $3 million, whichever is less, is required. Offerors must be registered in SAM.gov.
Key Dates & Actions
- Pre-Proposal Conference: March 10, 2026, from 10:00-11:00 EST via Microsoft Teams. Registration is required by March 6, 2026.
- Site Visit: March 26, 2026, at 10:00 AM at 1431 CT-12, Gales Ferry, CT 06335. Base access requires completing Attachment J (SECNAV 5512) and providing two forms of valid ID; US Citizenship is mandatory. Email Tom Burgeson (thomas.e.burgeson.civ@us.navy.mil) by March 25, 2026, 13:00 with visitor details.
- Proposal Due Date: April 30, 2026, 02:00 PM EST.
- Contact: Angela Clifton (angela.j.clifton2.civ@us.navy.mil).
Attachments
Bidders must review all provided attachments, including detailed specifications (Volumes 1-3), numerous design drawings (CLWS, Operations, Sentry, Site, Type G, Type H), and various forms for proposal submission (e.g., Pre-Proposal Inquiry Log, PIEE Vendor Access Instructions, Construction Experience Project Data, Past Performance Questionnaire, Historical Small Business Utilization, Small Business Participation Commitment, Individual Small Business Subcontracting Plan, and the P1102 Price Proposal Form). Amendment 0001 provides updated instructions, a site visit map, the SECNAV 5512 form for base access, and updated wage determinations. An asbestos analysis report is also included, identifying chrysotile asbestos in one sample from the Sentry Post.