FS-999 Army Reserve Center-Replace Generator
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 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.