NSN, Q-47 DEMOLISH FISHING PIER
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, has issued a Total Small Business Set-Aside solicitation for the demolition of the Q-47 Fishing Pier at Naval Station Norfolk, Virginia. This is a Design-Build (DB) or Design-Bid-Build (DBB) task order under an existing Multiple Award Construction Contract (MACC). The project requires complete removal of the pier, associated structures, and utilities, followed by site restoration. Proposals are due by April 7, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will provide all supervision, labor, material, and equipment for the complete demolition of the Q-47 Fishing Pier. This includes the removal of the reinforced concrete pier superstructure, substructure, 18 precast concrete piles (cut 2 feet below mudline), concrete ramp approach, main pier head, canopy gazebo, information shelter, and associated utilities (electrical, potable water). Site restoration involves grading, backfilling with clean fill, and stabilizing the impacted shoreline. All demolished materials must be disposed of off-base, and the job site must be cleaned daily. Specific line items for pricing include base demolition, undercut subgrade, removal of contaminated soils, and removal of abandoned concrete.
Contract Details
This is an Indefinite Delivery/Indefinite Quantity (IDIQ) task order under a Multiple Award Construction Contract (MACC). The estimated budget range for this project is $500,000 to $1,000,000. The period of performance is 300 calendar days from the task order award. The NAICS code is 237990 - Other Heavy and Civil Engineering Construction. Liquidated damages are set at $318.02 per calendar day for delays. A Bid Guarantee (Standard Form 24) is required, equal to at least 20% of the offer price or $3,000,000, whichever is less. Performance and Payment Bonds may also be required. Prevailing wage rates, as per Wage Determination VA20260160, must be adhered to.
Eligibility & Set-Aside
This opportunity is a Total Small Business Set-Aside (FAR 19.5). Only existing MACC contract holders are eligible to submit proposals. The solicitation lists five specific MACC contract holders.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation Module by April 7, 2026, at 2:00 PM EDT. A hard copy submission is also required within three calendar days after the electronic due date. Award will be made to the responsible offeror submitting the LOWEST PRICE. Proposals will be accepted for 120 days from receipt. Offerors must use the provided "PRICE PROPOSAL FORM" (Attachment H) for pricing.
Key Dates & Actions
- Site Visit: March 12, 2026, at 9:00 AM EDT at Q-47, Naval Station Norfolk.
- Pre-Proposal Inquiry (PPI) Cutoff: March 24, 2026, at 2:00 PM EDT. Use Attachment F for inquiries.
- Proposal Due Date: April 7, 2026, at 2:00 PM EDT.
- Contact: Kathryn Arnold, kathryn.l.arnold3.civ@us.navy.mil.
Important Considerations
Offerors are responsible for checking SAM.gov and PIEE for any amendments. Funding may not become available, and no award will be made if funds are not available; proposal costs will not be reimbursed. Compliance with various FAR/DFARS clauses, including those related to waste reduction, sustainable products, security prohibitions (telecommunications, Kaspersky, UAS, Xinjiang Uyghur, Russian fossil fuel), and safeguarding covered defense information, is mandatory. Bidders must also be prepared to provide personnel information for security clearances using Attachment E.