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 Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades at Portsmouth Naval Shipyard, Kittery, Maine. This unrestricted, full and open competition opportunity is valued at over $500,000,000 and aims to enhance critical utility infrastructure. Proposals are due March 5, 2026, by 4:00 PM EST.
Project Overview & Scope
This MILCON P1080 project focuses on increasing the reliability, resiliency, and capacity of existing electric and water utility systems essential for supporting nuclear-powered submarines and facilities. Key deliverables include:
- Upgrades to shipyard power distribution, energy storage, and onsite generation.
- Construction of a new elevated water tower.
- Modifications to electrical distribution, including new switchgear and substation upgrades (Substations 3 and 4).
- Implementation of an upgraded microgrid control system.
- Improvements for Dry Dock 2 - Sea Water Cooling (pumps, controls, piping).
- Installation of new and replacement water mains, including connections to the Kittery Water District.
- Upgrades to the Building 163 pump station and installation of a new SCADA system for water infrastructure.
- Integration with privatized electrical and water systems, cybersecurity features, and Antiterrorism (AT) compliance.
- Demolition of Building 362.
Contract Details
- Contract Type: Firm Fixed Price Economic Price Adjustment (with some option CLINs changed to Firm Fixed Price by Amendment 0005).
- Period of Performance: 15 calendar days for commencement after Notice to Proceed, with completion required within 1930 calendar days.
- Estimated Value: Over $500,000,000.
- NAICS Code: 237130 (Power and Communication Line and Related Structures Construction).
- Size Standard: $45 Million.
Submission & Evaluation
Proposals must be submitted electronically via PIEE by March 5, 2026, 4:00 PM EST. Offers must remain valid for 180 calendar days. Evaluation will follow a tradeoff process, where non-price factors are collectively more important than price. Non-price factors include Corporate Experience, Scheduling, Small Business Utilization, Safety, and Past Performance.
Key Amendments & Updates
Multiple amendments have been issued, with Amendment 0008 (Feb 6, 2026) being the most recent and critical. It extended the proposal due date to March 5, 2026, provided responses to Pre-Proposal Inquiries (PPIs), updated drawings/specifications, and included a revised Attachment G - Price Proposal Form. Earlier amendments revised liquidated damages, changed pricing arrangements for some option items to Firm Fixed Price, and provided details for a site visit. Several Justifications & Approvals (J&As) indicate sole-source procurements for specific components (e.g., Unitil for natural gas system, Infact Foster Adaptor, Allen Bradley PLCs, Sensus water meters, American Darling fire hydrants) due to standardization or proprietary requirements.
Required Attachments & Actions
Bidders must utilize the latest Attachment G - Price Proposal Form (Revised Amendment 0008) for pricing. Other critical attachments include the Past Performance Questionnaire (Attachment C), Historical Small Business Utilization (Attachment D), Individual Small Business Subcontracting Plan (Attachment F), and Small Business Participation Commitment Document (Attachment E). Access to supporting documents for PPI responses and the pre-proposal conference presentation requires a completed Attachment K - DOD CUI Non-Disclosure Agreement. Vendors must register and use the PIEE platform for submission.
Contacts
- Primary: Stephanie Wray (stephanie.l.wray2.civ@us.navy.mil, 7573228172)
- Secondary: Edward FLINT (edward.d.flint.civ@us.navy.mil, 7573224841)