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 restoration of the Q-58 Data Concentrator Shed (DCS) at Naval Station Norfolk, Virginia. This Total Small Business Set-Aside opportunity, issued as a task order under an existing Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), focuses on structural repairs and upgrades to the waterfront facility. The estimated value for this project ranges from $1,000,000 to $5,000,000. Proposals are due April 9, 2026, at 14:00 EDT.
Scope of Work
This project involves comprehensive restoration of the Q-58 DCS, a steel structure critical for degaussing range operations. Key tasks include:
- Structural Restoration: Cleaning and recoating of steel piles, beams, and other structural elements.
- Fender System Upgrade: Demolition of existing foam fenders and installation of new foam rubrail wing-type fenders, along with associated steel beams, channels, and braces.
- Access & Safety Enhancements: Replacement of the existing ladder with a new steel ladder featuring a fall arrest system, cage, security system, and swing gates.
- Platform & Bollard Replacement: Construction of a new 3-foot wide docking platform and replacement of two 4-inch diameter steel bollards.
- Surface Preparation: Removal of avian waste and paint before recoating.
- Quality Assurance: All work must adhere to stringent performance standards, including AWS D1.1 for welding, SSPC-PA 1 for epoxy coating, and Navy Fall Protection Guide requirements. Special inspections are mandated for structural steel, concrete, geotechnical, and other construction elements.
Contract Details
- Contract Type: Solicitation (IDIQ MACC Task Order)
- Set-Aside: Total Small Business Set-Aside (for MACC holders)
- NAICS Code: 237990 - Commercial and Institutional Building Construction
- Estimated Value: $1,000,000 to $5,000,000
- Period of Performance: 360 calendar days from task order award
- Liquidated Damages: $372.00 per calendar day of delay
Submission & Evaluation
- Proposal Submission: Electronic submission is required via the PIEE Solicitation Module. Hard copy submissions are permitted up to three calendar days after the electronic due date.
- Proposal Due Date: Thursday, April 9, 2026, no later than 14:00 EDT.
- Evaluation Criteria: Award will be made on a best value basis, with Lowest Price being the primary evaluation factor. The government will evaluate the total sum of all Contract Line Items (CLINs 0001AA through 0001AF).
- Eligibility: This solicitation is open to existing MACC contract holders only.
Key Dates & Information
- Published Date: March 4, 2026
- Site Visit: Thursday, March 19, 2026, at 14:00 EDT.
- Pre-Proposal Inquiries (PPIs) Due: March 26, 2026.
- Contact: Jacob Busila, jacob.a.busila.civ@us.navy.mil, 757-341-0558.
- Attachments: Bidders must review detailed structural drawings, "As-Built" plans, an inspection report, a bathymetric survey, and supplementary instructions for pricing (CLINs). Compliance with various FAR/DFARS clauses, including those related to waste reduction, sustainable products, security prohibitions, and cyber incident reporting, is mandatory.