EV35, PNSY, Basewide, LUC Maintenance and Repairs, RAOMAC
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, has issued a Solicitation for a Contract Task Order (CTO) to provide Basewide Land-Use Control (LUC) Maintenance and Repairs at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine. This opportunity is an 8(a) Set-Aside and seeks services for six CERCLA operable units. Proposals are due March 20, 2026, by 2:00 PM EST.
Scope of Work
The contractor will perform yearly LUC Maintenance, Inspections, and Repairs for six specific CERCLA Operable Units (OU1, OU2, OU3, OU7, OU8, OU9) at PNSY. This includes fieldwork, site inspections, and minor repairs such as filling holes, repairing asphalt/concrete, and vegetation management. The scope also covers site maintenance, cleanup of waste materials, and repair of damaged areas. Project management, administrative support, and monthly status emails are required, along with the preparation and submission of various project plans (Work Plans, Health & Safety Plans, Accident Prevention Plans). Five pre-negotiated optional tasks for specific repairs at OU3 and OU7 may be funded.
Contract Details
- Contract Type: Task Order under a multiple-award contract.
- Set-Aside: 8(a) Set-Aside (FAR 19.8).
- Product Service Code: C219 - Other Architect And Engineering Services.
- Place of Performance: Portsmouth Naval Shipyard (PNSY), Kittery, Maine.
- Period of Performance: A base period of 15 months, with an option to extend for three additional years, not to exceed 60 months total.
- Wage Determination: Department of Labor Wage Determination No.: 2015-4157 Rev. 30 applies.
Submission & Evaluation
- Proposal Due Date: March 20, 2026, 2:00 PM EST.
- Pre-Proposal Inquiries (PPIs): Must be submitted by March 10, 2026, via email using the provided template.
- Submission Method: Proposals must be emailed to christine.t.briggs2.civ@us.navy.mil.
- Required Submissions: Cover page, Price Proposal Form, Acknowledgment of Amendments, Copy of Representations and Certifications, and proof of SAM registration.
- Evaluation Basis: Lowest evaluated price, comparing proposed prices to RFP responses, IGCE, historical information, and market survey results.
- Site Visit: Can be coordinated by contacting Jessica M Welkey (jessica.m.welkey.civ@us.navy.mil).
Special Requirements
Contractors must be HAZWOPER trained and ensure all data (analytical, geospatial, documents) is loaded into the Naval Installation Restoration Information Solution (NIRIS). Project managers require NIRIS access and must understand CUI handling. Coordination with NAVFAC, USEPA, and MEDEP is mandatory for final work approval. Adherence to safety regulations, including EM 385-1-1, is required. PIEE registration is necessary to access solicitation details.