REPAIR DAMAGED SECONDARY INLET GUIDE VANE, BUILDING 1100, NAS OCEANA
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 Repair of Damaged Secondary Inlet Guide Vanes at Building 1100, Naval Air Station Oceana, Virginia Beach, VA. This project involves the demolition and replacement of eight existing guide vanes with improved materials. This is an 8(a) Set-Aside opportunity, restricted to specific MACC contract holders. Proposals are due August 13, 2025, at 2:00 PM EDT.
Scope of Work
This project requires the demolition of eight existing secondary intake guide vanes and their replacement with new ones. The new vanes must be constructed from Type 316L stainless steel (an upgrade from the existing Type 304) to ensure better performance at higher temperatures. While new vanes must match existing dimensions, member sizes and plate thicknesses may be increased to meet design requirements. Design calculations must demonstrate the vanes and connections are engineered for specific loads, including a maximum temperature of 500°F and a wind pressure of 160 psf suction. The work includes replacing the splitter baffles in their entirety and adhering to applicable codes and standards.
Contract Details
This task order will be awarded under existing Multiple Award Construction Contract (MACC) IDIQ contracts (N40085-23-D-0030 through N40085-23-D-0038 and N40085-24-D-0052). The estimated budget for this project ranges from $1,000,000 to $5,000,000. The Period of Performance is 510 calendar days from the date of task order award, extended by 90 days from the initial estimate. Liquidated damages are set at $252.95 per calendar day of delay. A bid bond (20% of offer price or $3,000,000, whichever is less) and performance and payment bonds (within 10 days of award) are required. Proposals must remain valid for 150 days.
Eligibility & Submission
This is an 8(a) Set-Aside opportunity, and only listed 8(a) MACC contract holders within the NAVFAC Mid-Atlantic Hampton Roads Area of Responsibility (HR AOR) are eligible to submit proposals. Award will be based on the Lowest Price. Proposals are due by August 13, 2025, at 2:00 PM EDT. Submissions can be made via Federal Express, UPS, email, or hand-carried. Offerors must complete the Price Schedule Form (Attachment G) and make representations regarding covered telecommunications equipment (FAR 52.204-24). Compliance with the latest wage determinations (WD JAN2026.txt) for Virginia Beach, VA, is mandatory. The Quality Control Manager must be separate from the Superintendent and Safety, Health, and Environmental Officer, though the Superintendent may serve as SSHO.
Key Dates & Contact
- Proposal Due Date: August 13, 2025, 2:00 PM EDT
- Contact: Jessica Grosso (jessica.m.grosso.civ@us.navy.mil, 7574333623)