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 unrestricted, full and open competition opportunity has an estimated value exceeding $500,000,000. Proposals are due March 26, 2026.
Project Overview
This project aims to significantly increase the reliability, resiliency, and capacity of existing electric and water utility systems at Portsmouth Naval Shipyard, which are critical for supporting nuclear-powered submarines and associated facilities. The effort also includes improvements to the water treatment plant and water lines in partnership with the Kittery Water District, transmission lines with Central Maine Power, and various on-base water and power enhancements.
Scope of Work & Key Requirements
Major components include comprehensive upgrades to shipyard power distribution, energy storage, and onsite generation. Specific tasks involve constructing a new elevated water tower, modifying electrical distribution with new switchgear and substation upgrades (Substations 3 and 4), implementing an upgraded microgrid control system, and improving Dry Dock 2 Sea Water Cooling. Water infrastructure enhancements include new and replacement water mains, upgrades to the Building 163 pump station, and a new SCADA system. The project requires integration with privatized electrical and water systems, cybersecurity features, Antiterrorism (AT) compliance, and the demolition of Building 362. Several brand-name components are justified for specific items, including Watts LF909 backflow preventers, Allen Bradley programmable logic controllers, Sensus OMNI+ water meters, American Darling B-62-B fire hydrants, and Infact Foster Adaptors. Natural gas system modifications will be performed by Unitil as a sole-source subcontractor.
Contract Details
- Contract Type: Firm Fixed Price Economic Price Adjustment.
- Estimated Value: Over $500,000,000.
- Period of Performance: 1930 calendar days for completion after Notice to Proceed.
- Set-Aside: Unrestricted, Full and Open Competition.
- NAICS Code: 237130 (Power and Communication Line and Related Structures Construction), with a $45 Million size standard.
Submission & Evaluation
Proposals must be submitted electronically via PIEE by March 26, 2026, 4:00 PM Eastern Standard Time (UTC -5). 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 (minimum 20% participation required via Attachment E), Safety, and Past Performance. Bidders must use the latest Price Proposal Form (Attachment G, Revised Amendment 0009) and provide detailed pricing for all CLINs and option items.
Important Updates & Attachments
This solicitation has undergone nine amendments. The latest, Amendment 0009, extended the proposal due date to March 26, 2026, updated FAR clauses (including liquidated damages), revised CLIN descriptions, and provided new drawings and specifications. These new documents, along with Pre-Proposal Inquiry (PPI) responses, can be requested via email from Stephanie Wray (stephanie.l.wray2.civ@us.navy.mil) or Edward Flint (edward.d.flint.civ@us.navy.mil) after submitting a completed Attachment K (DOD CUI Non-Disclosure Agreement). Offerors must acknowledge all amendments.