NSN, Q-58 DCS Restoration

SOL #: N4008526R0105Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Place of performance not available

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Restoration Of Real Property (Public Or Private) (Y1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 4, 2026
2
Last Updated
Apr 10, 2026
3
Submission Deadline
Apr 24, 2026, 6:00 PM

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 NSN, Q-58 Data Concentrator Shed (DCS) Restoration at Naval Station Norfolk, Virginia. This is a Total Small Business Set-Aside for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) task order, focusing on structural restoration of the Q-58 DCS. The estimated budget for this project is $1,000,000 to $5,000,000. Proposals are due by April 24, 2026, at 1400 EDT.

Scope of Work

The project involves the comprehensive structural restoration of the Q-58 DCS, a steel structure used during degaussing range operations. Key tasks include:

  • Cleaning and recoating existing structural steel components (pipe piles, pile caps, beams, conduits).
  • Demolition of the existing steel ladder and associated hardware, followed by installation of a new code-compliant, hot-dip galvanized ladder with a fall arrest system and swing gate.
  • Demolition and removal of existing bollards and foam-filled fenders.
  • Installation of new 4" diameter steel bollards and a new 3'-0" wide docking platform.
  • Installation of new beams (W6x20), channels, angles, and grating for an extended fender-landing system, including four foam rubrail wing-type fenders (EPDM rubber acceptable).
  • Removal of avian waste (bird guano, assumed 5 cubic yards for base bid) and paint from the DCS shell before recoating.
  • Repair of any structures damaged during construction to match adjacent materials.

Contract & Timeline

  • Contract Type: IDIQ MACC Task Order (Design-Build or Design-Bid-Build).
  • Estimated Value: $1,000,000 to $5,000,000.
  • Set-Aside: Total Small Business (FAR 19.5).
  • NAICS Code: 237990 - Commercial and Institutional Building Construction.
  • Period of Performance: 360 calendar days from task order award.
  • Liquidated Damages: $372.00 per calendar day of delay.
  • Proposal Due Date: April 24, 2026, at 1400 EDT.
  • Proposal Acceptance Period: 160 days.
  • Published Date: April 10, 2026.

Key Requirements & Clarifications

  • Material Specifications: Structural steel must conform to AISC standards, welds to AWS D1.1. Bolts are ASTM A325 type 1 high strength with ASTM F844 washers (replacing A307 grade A). All steel ladder components and exposed steel must be hot-dip galvanized per ASTM A123.
  • Site Access & Safety: Adherence to EM 385-1-1 and OSHA safety regulations is mandatory. Participation in DBIDS or obtaining One-Day Passes is required for installation access.
  • Quality Control: A comprehensive QC program, including a QC Plan and three phases of control, is required. Special inspections are detailed for structural steel, concrete, masonry, wood, geotechnical, and fire protection.
  • Waste Management: A minimum diversion of 60% by weight of construction waste and demolition debris from landfills is required. Hazardous waste (e.g., bird guano, lead paint if encountered) must be managed and disposed of properly.
  • Pricing Structure: Bidders must provide a base price (CLIN 0001AA) and pricing for additive bid options (CLINs 0001AB-0001AF) for additional, unidentified work (e.g., power tool cleaning, additional debris/guano removal, painting, welding, handrail system). Award will be based on the total sum of all CLINs.
  • Prevailing Wages: Bidders must adhere to the prevailing wage rates and fringe benefits specified in ATTACHMENT G (General Decision Number VA 20260160) for Norfolk, Virginia.

Submission & Evaluation

  • Submission Method: Electronic submission via the PIEE Solicitation Module is required. Instructions for PIEE vendor access are provided in ATTACHMENT K.
  • Evaluation Criteria: Award will be made on a best value basis, with the primary evaluation factor being LOWEST PRICE.
  • Site Visit: A site visit was held on March 19, 2026. The sign-in log is available. Bidders are advised that bids should be based on drawings, not field investigations.

Important Attachments

Key documents include:

  • Design Revision 1 (including revised drawings, SOW, and specifications).
  • Government Responses to Pre-Proposal Inquiries (clarifying scope, materials, and removing certain items from the EXSOW).
  • ATTACHMENT G (Prevailing Wage Rates).
  • ATTACHMENT L (Supplementary Instructions to Offerors, detailing CLINs).
  • ATTACHMENT M (Acknowledgment of Amendments form).
  • Attachment 1 Spud Barge Location (for logistical planning).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View

Versions

Version 3Viewing
Solicitation
Posted: Apr 10, 2026
Version 2
Solicitation
Posted: Mar 16, 2026
View
Version 1
Solicitation
Posted: Mar 4, 2026
View
NSN, Q-58 DCS Restoration | GovScope