LP-38 BERM RECERTIFICATION REPAIR DESIGN AT NAVAL STATION NORFOLK (NSN), NORFOLK, VIRGINIA
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 the LP-38 Berm Recertification Repair Design at Naval Station Norfolk (NSN), Norfolk, Virginia. This Total Small Business Set-Aside opportunity, under Solicitation N4008526R0114, seeks to establish a Task Order under an existing Multiple Award Construction Contract (MACC) for the design and repair of a secondary containment berm. Proposals are due by April 27, 2026, at 1400 local time.
Scope of Work
The project involves the design and repair of the LP-38 Berm, which provides secondary containment for an aboveground storage tank (AST) at NSN. The scope includes all related incidental work, adherence to existing MACC terms, submission of record shop drawings, and compliance with Department of Labor (DoL) wage rate requirements. Detailed technical specifications cover general requirements, exterior improvements, utilities, and waterway/marine construction. Drawings provide essential details for demolition, erosion control, site plans, and grading.
Contract Details
- Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) Task Order.
- Estimated Value: $1,000,000 to $5,000,000.
- Period of Performance: 540 calendar days from Task Order award.
- NAICS Code: 236220 - Commercial and Institutional Building Construction.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Eligibility: Only Small Business MACC Contract Holders are eligible to submit proposals.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation Module. A hard copy submission is also permitted within three calendar days after the electronic due date. A Bid Guarantee (Standard Form 24) is required, equal to at least 20 percent of the offer price or $3,000,000, whichever is less. Award will be made to the responsible offeror submitting the LOWEST PRICE, evaluated against the Independent Government Cost Estimate (IGCE), historical information, and market survey results. Unbalanced pricing may lead to rejection. The proposal acceptance period is 160 calendar days from receipt of offers.
Key Amendments & Requirements
Amendment 0003, posted April 16, 2026, extended the proposal due date to April 27, 2026, and the proposal acceptance period to 160 days. It also provided responses to 90 Pre-Proposal Inquiries (PPIs) and incorporated revisions to drawings and specifications (Rev 01). Bidders must review all updated sections, including changes to construction entrance, berm slope, and various specification sections. Compliance with FAR 52.204-24 (Telecommunications and Video Surveillance Services/Equipment) and other FAR/DFARS clauses (e.g., FASCSA, Waste Reduction, Sustainable Products, Security Prohibitions, Xinjiang, Russian Fossil Fuel) is mandatory. A site visit was conducted on March 17, 2026, and its log is available.
Contact Information
Primary Contact: SHELBY HOWARD (shelby.r.howard3.civ@us.navy.mil, 7573410559). Secondary Contact: NATHAN WHYBREW (nathan.b.whybrew.civ@us.navy.mil, 7573410660).