Sources Sought Notice for B550 Repair MCIS/Student HSG Dam Neck Annex, Naval Air Station Oceana, Virginia Beach, VA

SOL #: N4008526R0099Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Virginia Beach, VA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Response Deadline
Mar 24, 2026, 6:00 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 Naval Facilities Engineering Systems Command, Mid-Atlantic is conducting market research through a Sources Sought Notice for a Design-Build (DB) B550 Repair project at the Marine Corp Intelligence School/Student Housing (MCIS/Student HSG) at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, VA. This project involves comprehensive renovation of Building 550, with an estimated magnitude between $25,000,000 and $100,000,000. The government is seeking eligible small businesses, including SDVOSB, HUBZone, 8(a), WOSB, and other small business concerns. Responses are due by March 24, 2026, at 2:00 P.M. local time.

Project Scope

This Design-Build project entails the complete repair of the 90,718 square-foot, three-story Building 550, constructed in 1978, which currently houses 346 enlisted personnel. The extensive renovation includes:

  • HVAC Systems: Replacement of existing heat pump and air handler systems, DDC controls, hot/chilled water piping, ductwork, diffusers, exhaust systems, cybersecurity, and commissioning.
  • Interior Renovations: Repair of berthing spaces (coat racks, ironing boards, medicine cabinets), replacement of living space areas (cabinets, flooring, built-in closets, room signage), repair/painting of interior walls/ceilings, and replacement of all bathroom finishes, fixtures, and accessories. Renovation of administrative spaces, public restrooms, vending areas, storage rooms, and laundry rooms. Repair and code-compliant upgrades to stairwells.
  • Exterior Renovations: ATFP retrofits, repair of structural deficiencies, replacement of cracked brick veneer, all exterior doors/windows/frames/hardware, painting of exterior metal structures, and ADA accessibility upgrades.
  • Plumbing Systems: Complete replacement of domestic water, drain, waste, and vent (DWV) piping, below-grade piping, shower drains/controls, central toilet system exhaust fans, and all associated infrastructure.
  • Electrical Systems: Complete replacement of the building electrical system, including distribution equipment, feeders, branch wiring, interior/exterior lighting, communications, security wiring, cybersecurity, and commissioning.

Contract Details

  • Opportunity Type: Sources Sought (Market Research)
  • NAICS Code: 236220, Commercial and Institutional Building Construction (Small Business Size Standard: $45,000,000)
  • Magnitude: Between $25,000,000 and $100,000,000
  • Anticipated Award: September 2026
  • Procurement Method: Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation.
  • Set-Aside Intent: The government intends to determine if a set-aside procurement for small businesses (including SDVOSB, HUBZone, 8(a), WOSB) is in its best interest. Large business submittals will not be considered. If a set-aside occurs, FAR clause 52.219-14 (Limitations on Subcontracting) will apply, requiring prime contractors to perform at least 15% of the contract cost with their own employees.

Submission Requirements

Interested firms must submit a Capabilities Statement using the provided "Sources Sought Contractor Information Form" and "Project Information Form." Required information includes:

  • Contractor Information: Unique Entity Identifier (UEI) and CAGE Code.
  • Type of Business: Identification of small business status (e.g., 8(a), HUBZone, SDVOSB, WOSB).
  • Bonding Capacity: Surety's name, maximum bonding capacity per project, and aggregate maximum bonding capacity.
  • Construction Experience: A minimum of two (2) and maximum of five (5) relevant construction projects, 100% completed within the last ten (10) years, where the firm acted as the Prime Contractor.
    • Relevancy Criteria:
      • Size: Final construction cost of $50,000,000 or greater.
      • Scope/Complexity: Comprehensive, whole building (interior and exterior) renovation of a two-story or greater commercial, industrial, dormitory, barracks, lodging, or institutional building. Projects must collectively demonstrate experience with renovation of building systems (HVAC, plumbing, electrical, fire protection), structural support slabs/excessive soil settlement, and Hazardous Material Abatement and Disposal.
    • Subcontractor Experience: Generally not considered, except for small business Offerors utilizing a named small business first-tier subcontractor under 13 CFR 125.2(g).
  • For 8(a) Mentor-Protégé joint ventures, SBA approval of the agreement and the percentage of work performed by the protégé must be provided.

Key Dates & Contact

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Mar 9, 2026
Sources Sought Notice for B550 Repair MCIS/Student HSG Dam Neck Annex, Naval Air Station Oceana, Virginia Beach, VA | GovScope