Sources Sought Notice for B550 Repair MCIS/Student HSG Dam Neck Annex, Naval Air Station Oceana, Virginia Beach, VA
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 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).
- Relevancy Criteria:
- 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
- Responses Due: March 24, 2026, by 2:00 P.M. local time.
- Submission Method: Electronically to Shayna Eichner at shayna.t.eichner.civ@us.navy.mil. Submissions are limited to a 4MB attachment.
- Questions: Address via email to shayna.t.eichner.civ@us.navy.mil.