NSN, Q-58 DCS Restoration
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, 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).