Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
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 Q-1075 SOF Operations Building Addition and Renovation at NAS Oceana Dam Neck Annex, Virginia Beach, Virginia. This opportunity is restricted to existing Multiple Award Construction Contract (MACC) holders. The project involves significant construction and renovation work, with an estimated value between $10,000,000 and $25,000,000. Proposals are due by March 13, 2026, at 02:00 PM EST.
Scope of Work
This task order requires the construction of a two-story addition to Building 368, expanding high-bay space and adding mezzanine storage. It also includes the renovation of existing administrative and operational spaces within the building. Key requirements encompass the implementation of cybersecurity measures for facility-related control systems, incorporation of Anti-Terrorism/Force Protection (AT/FP) features, and installation of built-in equipment such as parking lifts. Detailed specifications and drawings cover:
- RFI/EMI Shielding: Providing shielded window film with specific attenuation levels.
- Door Hardware: Detailed specifications for various door hardware sets, noting government-provided card readers and high-security switches.
- Environmental Analysis: Baseline environmental conditions based on an Enthalpy Analytical Test Report.
- Life Safety: Detailed plans for egress paths, occupant load calculations, and safety equipment.
- Architectural Details: Extensive drawings for curtain wall and storefront systems, exterior elevations, wall sections, and interior finishes.
- Electrical Systems: Comprehensive electrical plans and panel schedules.
- Roof Demolition: Specific plans for existing roof removal.
Contract Details
- Contract Type: Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) Task Order.
- Estimated Price Range: $10,000,000 to $25,000,000.
- Period of Performance: 912 calendar days from the notice to proceed.
- Wage Determination: Department of Labor General Decision Number VA20250167 applies.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module in PDF format, with each file not exceeding 1.9 GB. A Bid Guarantee is required, equal to at least 20 percent of the offer price or $3,000,000, whichever is less. Award will be made on a fair opportunity basis to the responsible offeror providing the best value to the Government, determined by evaluating price only. The Government intends to evaluate all proposals based on a 5% Handling and Administration Rate (HAR).
Key Amendments & Clarifications
Multiple amendments have been issued, significantly impacting the solicitation. The latest, Amendment 0007, extends the proposal due date to March 13, 2026. Previous amendments (0006, 0005, 0004, 0003, 0001) provided responses to numerous Pre-Proposal Inquiries (PPIs), clarifying aspects such as AV option costs (Government AV budget for the AV Option is $672,800.00, excluding HAR), handling of HAR percentage, specific hardware, roof details, fire-rated walls, structural backfill, HVAC controls, and alternative QC qualifications. Numerous drawings and specification sections have also been revised. Bidders must review all amendments and updated documents to ensure compliance.
Contact Information
For inquiries, contact Demetrice Jenkins (demetrice.jenkins2.civ@us.navy.mil, 7573411973) or Catharine Keeling (catharine.a.keeling.civ@us.navy.mil, 7573410150).