P1112 B72 Resiliency Improvements, Portsmouth Naval Shipyard (PNSY), Kittery, Maine
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, through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for P1112 B72 Resiliency Improvements at Portsmouth Naval Shipyard (PNSY), Kittery, Maine. This Design-Bid-Build (DBB) project involves constructing a 400,000 GPD desalination facility to enhance the shipyard's water resiliency. The acquisition is unrestricted for full and open competition, with a strong emphasis on Small Business Utilization and Participation (minimum 20%). Proposals are due May 21, 2026, at 2:00 PM EDT.
Scope of Work
The project's core involves the design and construction of a desalination plant with a 400,000 gallons per day capacity, housed in Building 72, and supplied by a new pump station in Building 242. The base scope includes pumping produced water to an existing condensate receiver tank. Optional work includes interconnection with existing cooling towers, piping material substitutions, abandoning saltwater tunnels, re-routing storm drainage, and the construction of an accessory structure. The project also encompasses hazardous material handling, structural work, process instrumentation, fire protection, and the installation of a maintenance workshop.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Construction Contract.
- Estimated Magnitude: Between $25,000,000 and $100,000,000.
- NAICS Code: 236210 (Industrial Building Construction).
- DPAS Priority Rating: DO-C2.
- Duration: Work must be completed within 900 calendar days after award.
Key Requirements & Deliverables
Bidders must account for detailed technical specifications for CompactLogix Controllers, PanelView Plus 7 Standard Terminals, chemical feed pumps, and exterior lighting systems. Compliance with Navy fire prevention regulations (COMNAVREGMIDLANTINST 11320.11B) and a "Schedule of Special Inspections" (UFGS 01 45 35) is mandatory. The project site includes areas of archaeological interest and identified hazardous materials (RCRA Metals, Hexavalent Chromium, PCBs, Asbestos) requiring specific handling and disposal protocols. Phased construction is required, with the B72 workshop and B242 accessory structure to be completed prior to other work.
Submission & Evaluation
Proposals will be evaluated based on price and the following non-cost/price factors: Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. A tradeoff process will be used for best value. Proposals must be submitted electronically via PIEE. A bid bond (SF-24) of 20% of the total bid price or $3M (whichever is less) is required. Offerors must complete a revised Attachment H (Price Proposal Form), providing firm fixed prices for all base and option CLINs; failure to price any CLIN will result in rejection. Mandatory forms include the Small Business Participation Commitment Document (SBPCD), requiring a minimum 20% small business subcontracting, and the Past Performance Questionnaire (PPQ-0).
Important Dates & Contacts
- Proposal Due Date: May 21, 2026, by 02:00 PM EDT.
- Contact: James Godwin (james.a.godwin41.civ@us.navy.mil, 7573411999).