FS-999 Army Reserve Center-Replace Generator

SOL #: N4008526R0073Solicitation

Overview

Buyer

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

Place of Performance

Virginia Beach, VA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Feb 25, 2026
3
Submission Deadline
Feb 25, 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 a Firm-Fixed-Price Task Order to replace the generator at the FS-999 Army Reserve Center located at Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, VA. This opportunity is restricted to contractors on the NAVFAC Mid-Atlantic Small Business Multiple Award Construction Contract (MACC) ML-C00081 (Contract Nos. N4008524D0030 – 0038, 0069). Proposals are due by February 25, 2026, at 1400 hours EST.

Scope of Work

This project involves general construction services for the "FS-999 ARMY RESERVE CENTER-REPLACE GENERATOR." The scope includes:

  • Installation of a Government Furnished Diesel Generator and associated components.
  • Installation of a subbase tank, exhaust stack, and equipment pad.
  • Generator control and equipment connections, distribution conductors, and ATS reprogramming.
  • All necessary labor, materials, and equipment.
  • Submission of record shop drawings. Detailed visual and technical specifications are provided in Attachment B - Drawings.pdf, covering site plans, civil details for the generator pad, electrical legends, and power riser diagrams. Attachment A - Specifications.pdf outlines all required submittals.

Contract Details

  • Contract Type: Firm-Fixed-Price Task Order.
  • Period of Performance: 180 calendar days after award, including an initial 15 days for distribution, insurance, and bonding.
  • Estimated Price Range: $250,000 to $500,000.
  • NAICS Code: 236220 -- Commercial and Institutional Building Construction.
  • Product Service Code: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings).
  • Set-Aside: Restricted to holders of the NAVFAC Mid-Atlantic Small Business MACC. All terms and conditions of the existing MACC contract (N40085-24-D-XXXX) apply.

Submission & Evaluation

  • Proposal Submission: Electronically through the PIEE Solicitation Module in .pdf format. Facsimile transmissions are not accepted.
  • Proposal Due Date: February 25, 2026, at 1400 hours EST.
  • Proposal Acceptance Period: 120 days from receipt of offers.
  • Basis for Award: Best value determination, expected to result from the lowest evaluated price. Evaluation will be based on price only. Offerors must use Attachment H - Price Proposal Form.pdf to provide a firm fixed lump sum price for CLIN 0001.

Key Dates & Actions

  • Pre-Proposal Inquiries (PPIs) Due: February 12, 2026, at 1400 hours EST, submitted via Attachment F - Pre-Proposal Inquiry Form.xlsx to Chirine Johnson.
  • Site Visit: February 5, 2026, at 1100 hours EST. Attendance is strongly recommended.
  • Base Access for Site Visit: Requires submission of Attachment D - SECNAV 5512 form and Attachment E - One Day Pass.xlsx spreadsheet.

Important Considerations

  • Liquidated Damages: $236.68 per calendar day of delay.
  • Bond Requirements: Bid guarantee (20% of offer price or $3,000,000 max), Payment Bond, and Performance Bond are required.
  • Insurance: Minimum comprehensive general liability, automobile liability, workmen's compensation, and employer's liability coverage are specified.
  • Wage Rates: Bidders must adhere to the prevailing wage rates and fringes for Virginia Beach, VA, as detailed in Attachment C- WD VA20250167.pdf.
  • Offerors are responsible for reviewing all amendments posted to PIEE and considering lead times for supplies and materials.

People

Points of Contact

Chirine El Kaissi JohnsonPRIMARY

Files

Files

View
View
View
View

Versions

Version 6
Solicitation
Posted: Feb 25, 2026
View
Version 5
Solicitation
Posted: Feb 19, 2026
View
Version 4
Solicitation
Posted: Feb 19, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 27, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 27, 2026
FS-999 Army Reserve Center-Replace Generator | GovScope