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 for the P1102 Weapons Magazine and Ordnance Operations Facility at Naval Submarine Base New London, Groton, Connecticut. This unrestricted acquisition has an estimated magnitude of $200-$250 million. Proposals are due by April 30, 2026, at 02:00 PM EST.
Scope of Work
This project involves the construction of nine (9) 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 low-rise Sentry building. Significant demolition is required, including 18 existing magazines, Building 524, and Building 393. Site preparation encompasses clearing, excavation, grading, and fill, with potential wetlands mitigation. The work includes foundations, reinforced concrete structures, blast-resistant doors, grounding and lightning protection, intrusion detection systems, paving, landscaping, and comprehensive electrical and telecommunications utilities.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Design-Bid-Build Construction.
- Period of Performance: 15 calendar days for lead time, followed by 1587 calendar days (approximately 4.3 years) from notice to proceed for completion.
- Estimated Magnitude: $200-$250 million.
- Set-Aside: Unrestricted acquisition with Full and Open Competition.
- NAICS Code: 237990 (Construction Of Ammunition Facilities), Size Standard: $45,000,000.
- Small Business Subcontracting: A minimum of 20% total small business participation is required.
Submission & Evaluation
- Proposals Due: April 30, 2026, 02:00 PM EST.
- Submission: Offerors must be registered in SAM.gov and utilize the PIEE Solicitation Module for submission. Instructions for PIEE vendor access are provided in Attachment B.
- Evaluation Process: A tradeoff process will be used, considering both price and non-cost/price factors.
- Non-Cost/Price Factors: 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.
- Requirements: A bid bond of 20% of the total project bid price or $3 million (whichever is less) is required. Financial statements can be submitted as a separate password-protected file in PIEE, with the password emailed.
Key Attachments & Notes
- Amendments: Amendment 0003 incorporates responses to pre-proposal inquiries, clarifies technical requirements (e.g., BABA compliance, UFC 3-520-01 applicability), and adds the Site Visit Log. Amendment 0002 updated wage determinations and provided further clarifications.
- Pre-Proposal Conference: A conference was held via Microsoft Teams on March 10, 2026.
- Site Visit: A site visit was conducted on March 26, 2026, at Naval Submarine Base New London.
- Specifications: Detailed specifications (Volumes 1-3) and design drawings (Sentry, CLWS, Operations, Site, Type G, Type H) are provided as attachments. Volume 1 includes an Asbestos Analysis Report identifying Chrysotile asbestos in a Sentry Post tile, which impacts demolition planning.
- Forms: Key forms include Attachment A (Pre-Proposal Inquiry Log), C (Construction Experience), D (Past Performance Questionnaire), E (Historical Small Business Utilization), F (Small Business Participation Commitment), G (Individual Small Business Subcontracting Plan), and H (Price Proposal Form).
- Contact: All correspondence should be directed via email to Angela Clifton at angela.j.clifton2.civ@us.navy.mil.