P617 TRANSIT PROTECTION PROGRAM FACILITY, NSB KINGS BAY, GA

SOL #: N6945026R0012Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM SOUTHEAST
NAS JACKSONVILLE, FL, 32212-0030, United States

Place of Performance

Kings Bay, GA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Other Non Building Facilities (Y1PZ)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 15, 2026
2
Response Deadline
Apr 30, 2026, 1:00 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 / NAVFAC has issued a pre-solicitation notice for the P617 Transit Protection Program Facility at Naval Submarine Base (NSB) Kings Bay, GA. This is a Design-Bid-Build (DBB) construction project for a new facility supporting the Transit Protection Program (TPP) and SUBASE missions. The solicitation, under full and open competition, is anticipated to be released on or about April 30, 2026.

Scope of Work

The project involves the construction of a general-purpose berthing pier, trestle with controlled access, floating small craft berthing piers, wave attenuators, and an operational storage facility with trailered boat parking. It also includes compressed air systems, a guard shack, MOGAS and Diesel Fuel Marine (DFM) distribution systems, and a MOGAS storage system. All permanent facilities must be built for a 50-year service life. The project will feature phased construction, including temporary small craft berthing and utilities to maintain ongoing operations. It incorporates Advanced Metering Infrastructure (AMI), Supervisory Control and Data Acquisition (SCADA) Systems, and Cybersecurity for utilities, along with Anti-Terrorism Force Protection (ATFP) features.

Contract & Timeline

  • Type: Firm-Fixed Price (FFP) Design-Bid-Build (DBB)
  • Procurement Method: FAR Part 15, Negotiated Acquisition, Best Value Tradeoff
  • Set-Aside: Unrestricted (Full and Open Competition)
  • NAICS: 237990 (Other Heavy and Civil Engineering Construction), Size Standard: $45,000,000
  • Project Magnitude: Between $250,000,000 and $500,000,000
  • Estimated Period of Performance: 2,100 calendar days
  • Solicitation Release: On or about April 30, 2026
  • Proposals Due: No earlier than 30 days after solicitation release (exact date in solicitation)
  • Pre-solicitation Published: April 15, 2026

Evaluation

Award will be made using a best value tradeoff approach (FAR 15.103-1), evaluating proposals based on price competition, technical merit, confidence assessment, and other factors. Offerors will submit a technical proposal, past performance and experience information, and a price proposal in a one-phase submission.

Additional Notes

A site visit will be scheduled and specified in the solicitation. The solicitation will be electronic and available on SAM.gov. Offerors are responsible for monitoring SAM.gov for the solicitation and any amendments. Registration in the System for Award Management (SAM) is required for contract award. Large business concerns will need to submit a subcontracting plan.

People

Points of Contact

Deborah D TorrencePRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Apr 15, 2026