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 a generator at the FS-999 Army Reserve Center located at Joint Expeditionary Base Little Creek – Fort Story, Fort Story Site, Virginia Beach, VA. This opportunity is restricted to contractors holding an existing NAVFAC Mid-Atlantic Small Business Multiple Award Construction Contract (MACC) ML-C00081. Proposals will be evaluated based on price, with an estimated value between $250,000 and $500,000.
Scope of Work
This project involves the installation of a Government Furnished Diesel Generator and all associated components. Key tasks include:
- Installation of a subbase tank, exhaust stack, and equipment pad.
- Generator control and equipment connections.
- Distribution conductors and Automatic Transfer Switch (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, and electrical diagrams.
Contract Details
- Contract Type: Firm-Fixed-Price Task Order.
- Period of Performance: 180 calendar days after award, including 15 days for distribution, insurance, and bonding.
- Estimated Price Range: $250,000 to $500,000.
- NAICS Code: 236220 -- Commercial and Institutional Building Construction.
- Eligibility: Restricted to existing NAVFAC Mid-Atlantic Small Business MACC ML-C00081 holders (Contract Nos. N4008524D0030 – 0038, 0069). No specific set-aside is designated for this task order itself.
- Evaluation: Best value determination, expected to result from the lowest evaluated price (price only).
- Bond Requirements: Bid guarantee (20% of offer price or $3,000,000 max), Payment Bond, and Performance Bond are required.
- Liquidated Damages: $236.68 per calendar day for delays.
- Insurance: Minimum requirements for comprehensive general liability, automobile liability, workmen's compensation, and employer's liability are specified.
Submission & Key Dates
- Proposal Due Date: February 25, 2026, at 2:00 PM EST.
- Pre-Proposal Inquiries (PPIs) Due: February 12, 2026, at 2:00 PM EST, submitted via electronic form to Chirine Johnson.
- Site Visit: February 5, 2026, at 11:00 AM EST. Attendance is strongly recommended. Base access requires submission of SECNAV 5512 form and One Day Pass spreadsheet.
- Submission Method: Electronically through the PIEE (Solicitation Module) in .pdf format.
- Proposal Acceptance Period: 120 days from receipt of offers.
- Contact: Chirine El Kaissi Johnson, chirine.elkaissijohnson.civ@us.navy.mil, 757-462-5329.
Important Notes
Offerors are responsible for reviewing all amendments posted to PIEE. Amendment 01 provides updated base access instructions, advising not to use previously provided email for requests. Attachment H - Price Proposal Form.pdf must be used for submitting a firm fixed lump sum price. Attachment C- WD VA20250167.pdf provides prevailing wage rates for Virginia Beach, VA, which must be accounted for in proposals. Offerors must consider lead times for supplies and materials.