Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
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 ATLANTIC, is soliciting proposals for the Military Construction Project (MILCON) P1080 Design-Bid-Build for Power Reliability and Water Resiliency Upgrades at Portsmouth Naval Shipyard, Kittery, Maine. This significant project, valued at over $500,000,000, aims to enhance critical electric and water utility systems. Proposals are due by February 25, 2026.
Scope of Work
This project involves comprehensive upgrades to the shipyard's power distribution, energy storage, and onsite generation, alongside the construction of a new elevated water tower. Key components include modifications to electrical distribution, new switchgear, substation upgrades (Substations 3 and 4), and an upgraded microgrid control system. Water infrastructure improvements encompass new and replacement water mains, connections to the Kittery Water District, upgrades to the Building 163 pump station, and a new SCADA system. The project also integrates cybersecurity and Antiterrorism (AT) features, and requires the demolition of Building 362. Specific brand-name items, such as the Watts LF909 backflow preventer, Infact Foster Adaptor, Allen Bradley programmable logic controllers, American Darling B-62-B fire hydrants, and Sensus OMNI+ water meters, are required due to standardization and specific needs.
Contract Details
- Contract Type: Firm Fixed Price Economic Price Adjustment, with some option line items modified to Firm Fixed Price per Amendment 0005.
- Estimated Value: Over $500,000,000.
- Period of Performance: 15 calendar days for commencement, with 1930 calendar days for completion.
- NAICS Code: 237130 (Power and Communication Line and Related Structures Construction), with a size standard of $45 Million.
- Set-Aside: This acquisition is solicited on an unrestricted basis with Full and Open Competition.
Submission & Evaluation
Proposals are due by 4:00 PM local time on February 25, 2026, and must remain valid for 180 calendar days. Submissions are required electronically via the Procurement Integrated Enterprise Environment (PIEE) platform. The evaluation will follow a tradeoff process, where non-price factors are collectively more important than price. Non-price factors include Corporate Experience (requiring Attachments B and C), Scheduling, Small Business Utilization (requiring Attachments D, E, and F), Safety, and Past Performance.
Important Notes
A site visit and pre-proposal conference were held on December 16, 2025. Participants were required to submit Attachment K (DOD CUI Non-Disclosure Agreement) prior to attendance, and U.S. Citizenship was mandatory for the bus tour. Offerors must use Attachment A for Pre-Proposal Inquiries and Attachment G (Revised Amendment 0004) for detailed pricing. Attachment H provides PIEE vendor access instructions. Amendments 0002, 0003, 0004, and 0005 have modified the solicitation, with Amendment 0005 extending the proposal due date and adjusting pricing arrangements for certain option items.