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
Mar 16, 2026
3
Submission Deadline
Apr 9, 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 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.

People

Points of Contact

Files

Files

View
View
View

Versions

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