EV35, PNSY, Basewide, LUC Maintenance and Repairs, RAOMAC

SOL #: N4008526R0096Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Remediation Services (562910)

PSC

Other Architect And Engineering Services (C219)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Apr 14, 2026, 7:00 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 Land-Use Control (LUC) Maintenance, Inspections, and Repairs for six CERCLA operable units at Portsmouth Naval Shipyard (PNSY) in Kittery, Maine. This opportunity, identified as RAOMAC, is an 8(a) Set-Aside and seeks to ensure the continued protectiveness of environmental remedies. Proposals are due by March 20, 2026.

Scope of Work

This contract task order requires yearly LUC maintenance, inspections, and repairs for Operable Units OU1, OU2, OU3, OU7, OU8, and OU9 at PNSY. Key tasks include fieldwork, site inspections, minor repairs (e.g., filling holes, asphalt/concrete repair, vegetation management), and site maintenance (cleanup of waste/debris). The scope also involves preparing and submitting project plans (Work Plans, Health & Safety Plans (HASP), Accident Prevention Plans (APP)), providing project management, administrative support, and monthly status emails. Five pre-negotiated optional tasks for specific repairs at OU3 and OU7 may be funded.

Contract Details

  • Opportunity Type: Solicitation (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: Base 15 months, with options for three additional years, not to exceed 60 months total.
  • Basis for Award: Fair opportunity basis, awarded to the responsible offeror offering the best value, expected to result from the lowest evaluated price. Evaluation will be price-only, comparing proposed prices to RFP responses, Independent Government Cost Estimate (IGCE), historical information, and market survey results.

Submission Requirements

  • Proposal Due Date: March 20, 2026, no later than 2:00 PM (EST). Late proposals will not be considered.
  • Proposal Delivery: Via email to christine.t.briggs2.civ@us.navy.mil.
  • Pre-Proposal Inquiries (PPIs): Must be submitted in writing via email to christine.t.briggs2.civ@us.navy.mil by March 10, 2026. Use "Attachment 2 - PPI" template.
  • Required Submissions: Cover page (Solicitation Number & Title, Prime Contractor Name/Address/UEI/Cage Code, POC Name/Phone/Email), Price Proposal Form, Acknowledgment of Amendments, Copy of Representations and Certifications, and proof of SAM registration.
  • PIEE Access: Vendors must register for the Procurement Integrated Enterprise Environment (PIEE) platform and obtain appropriate roles (e.g., Proposal Manager) to access solicitations and submit offers.

Key Attachments & Special Requirements

  • Wage Determination: Department of Labor Wage Determination No. 2015-4157 Rev. 30 applies, establishing minimum wage rates and fringe benefits.
  • NIRIS Requirements: All project data (analytical, geospatial, documents) must be loaded into the Naval Installation Restoration Information Solution (NIRIS). Contractors must obtain NIRIS access, understand Controlled Unclassified Information (CUI) handling, and include associated costs in their proposal. Deliverable tracking, data submission, and Land Use Control Tracker setup are mandatory.
  • Safety & Coordination: Contractors must be HAZWOPER trained, adhere to safety regulations (EM 385-1-1), and coordinate with NAVFAC, USEPA, and MEDEP.
  • Site Visit: A site visit can be coordinated by contacting Jessica M Welkey at jessica.m.welkey.civ@us.navy.mil.
  • Funding: Offerors are advised that funding may not become available, and no award will be made if funds are not available.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
View
View
View

Versions

Version 2Viewing
Solicitation
Posted: Mar 11, 2026
Version 1
Solicitation
Posted: Feb 19, 2026
View
EV35, PNSY, Basewide, LUC Maintenance and Repairs, RAOMAC | GovScope