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 the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine. This Design-Bid-Build (DBB) project involves the construction of a new desalination facility. Proposals are due by May 14, 2026, at 2:00 PM EDT.
Scope of Work
This project requires the design and construction of a desalination facility with a non-potable process water production capacity of 400,000 gallons per day. The produced water will be pumped to an existing condensate receiver tank as part of the base bid. An optional bid item includes interconnecting the facility with existing south and north cooling towers piping. The entire project must be completed within 900 calendar days after contract award. Detailed specifications are provided in "P-1112 Specifications.pdf" and technical data for CompactLogix Controllers and PanelView Plus 7 Terminals are in Attachments 2A and 2B.
Contract Details
This is a Firm-Fixed Price (FFP) Construction Contract. The estimated magnitude of construction is between $25,000,000 and $100,000,000. The applicable NAICS Code is 236210 - Industrial Building Construction, with a size standard of $45,000,000. The Defense Priorities Allocation System (DPAS) Priority Rating is DO-C2.
Set-Aside & Evaluation
This acquisition is unrestricted for full and open competition. Proposals will be evaluated using a tradeoff process, considering both price and non-cost factors for best value. Non-cost factors include Corporate Experience (revised by Amendment 0003), Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. A minimum of 20% small business subcontracting is required, as detailed in Attachment F. Large businesses must also submit a Small Business Subcontracting Plan (Attachment G).
Submission Requirements
Offerors must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) system; refer to Attachment B for vendor access instructions. A bid bond (SF-24) for 20% of the total bid price or $3M (whichever is less) is required. Key forms for submission include:
- Attachment 1 - Company Information
- Attachment C - Construction Experience Data Sheet
- Attachment D - Past Performance Questionnaire
- Attachment E - Historical Small Business Utilization
- Attachment F - Small Business Participation Commitment Document
- Attachment H - Price Proposal Form (must be completed accurately for all CLINs/SLINs, as clarified in "Memorandum - Bidding Notes P-1112.pdf")
- DBIDS 5500 and 5512 Forms for access. Offerors should review Amendment 0003 for revisions to Corporate Experience and Pre-Proposal Inquiries sections.
Key Dates & Contact
- Proposal Due Date: May 14, 2026, at 2:00 PM EDT.
- Contact: James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999. All offerors must be registered in SAM.gov.