Design/Build B562 MAU#1 Replacement

SOL #: ACQR6148962Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Groton, CT

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 3, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 26, 2026, 4:00 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 Design/Build project to replace two existing Makeup Air Units (MAU) in Building B562 at Naval Submarine Base New London, Groton, CT. This Solicitation is restricted to Multiple Award Construction Contract (MACC) holders only. The project aims to replace 26-year-old MAUs lacking dehumidification with new, energy-efficient units that include dehumidification capabilities. The proposal due date has been extended to March 26, 2026, at 12:00 PM EST.

Scope of Work

The project involves the Design-Build replacement of two Makeup Air Units (MAU) in Building B562.

  • MAU#1 (Base Bid): Design, provision, and installation of a new supply-air-only MAU.
  • MAU#2 (Base Bid/Option 1): Design only for MAU#2 (supply and return) as part of the Base Bid, with provision and installation as Option 1.
  • Key Requirements: New units must match existing capacities, include dehumidification to 50% RH +/- 10%, be energy-efficient, and cost-effective. Innovative solutions like Dedicated Outdoor Air Units (DOAS) are permitted.
  • Ancillary Work: Installation of additional utilities (electrical, disconnect, piping, gas), integration with existing building DDC controls, smoke shutdown for new MAU fans, removal of existing MAUs, testing/adjusting/balancing.
  • Demolition: Demolition of existing Horizontal Dehumidifier Fancoil Units (FC-1/2) and Air Cooled Condensing Units (CND-1/2) and associated concrete pad (part of CLIN 0001).
  • Site Considerations: Patching/sealing penetrations, management of excavated soil and concrete for recycling/disposal, compliance with environmental regulations, including potential PFAS areas. Roof curb replacement costs for MAU#1 are in CLIN 0001; for MAU#2, design is in CLIN 0001, and removal/installation/repairs are in CLIN 0002.

Contract Details

  • Type: Indefinite Delivery / Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC).
  • Product Service Code: Y1JZ (Construction Of Miscellaneous Buildings).
  • NAICS Code: 236220.
  • Magnitude: Between $250,000 and $500,000.
  • Period of Performance: 210 calendar days after contract award.
  • Eligibility: Restricted to MACC holders only (ML-C00073).
  • Limitations on Subcontracting: 85% for general construction, 75% for special trade contractors.
  • Rating: DO rated for national defense, emergency preparedness, and energy program use.

Submission & Evaluation

  • Proposal Due Date: March 26, 2026, at 12:00 PM EST.
  • Submission Method: Electronic proposals must be emailed to shawn.a.drake3.civ@us.navy.mil.
  • Required Documents: Electronic proposal including Price Proposal Form (Attachment I), SAM Representations and Certifications, Bid Bond, and a cover page with specified details.
  • Evaluation Factor: Price. Award will be made to the lowest evaluated price, determined by comparing proposed prices against IGCE and historical information. The Government intends to award without discussions but reserves the right to conduct them.
  • Connecticut Sales Tax: Bidders shall NOT include Connecticut Sales and Use Taxes in their Bid Price; use CERT-141 for exemption.

Important Notes & Amendments

  • Site Visit: A site visit was held on Tuesday, February 17, 2026, at 10:00 AM EST.
  • RFIs: RFIs were due by Wednesday, February 25, 2026. Amendments have addressed vendor questions, including clarifications on electrical information, power availability, and current demand load, with PWD Electricians to meter the Main Distribution Panel (MDP).
  • General Requirements: Contractors must comply with all station regulations, fire protection, safety (including COE EM-385 and awareness of NO EMERGENCY MEDICAL SERVICES on base), crane safety, Radiological Accident (RADCON) drills, environmental protection (including PFAS management), insurance, security (DBIDS access), and permits.
  • Wage Rates: Prevailing wage rates per General Decision Number CT20260024 (Davis-Bacon Act) apply.
  • Electrical Infrastructure: Detailed images and directories of electrical panels (A, B, C, D, MDP) are provided, showing circuit breakers, ratings, and functions, including a "FIRE ALARM DISCONNECT" and a "Solar Electric (PV) System" backfeed on the MDP.

People

Points of Contact

Shawn DrakePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Mar 11, 2026
Version 3
Solicitation
Posted: Mar 5, 2026
View
Version 2
Solicitation
Posted: Feb 27, 2026
View
Version 1
Solicitation
Posted: Feb 3, 2026
View
Design/Build B562 MAU#1 Replacement | GovScope