SOURCES SOUGHT NOTICE FOR DESIGN-BID-BUILD (DBB) P171 WEAPONS MAGAZINES, NAVAL WEAPONS STATION YORKTOWN, YORKTOWN, 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 a Design-Bid-Build (DBB) project to construct P171 Weapons Magazines at Naval Weapons Station Yorktown, VA. This unrestricted, full and open competition opportunity involves the construction of five Containerized Long Weapons Storage Two Bay (CLWS 2B) High Explosive magazines, two segregation facilities, and one forklift charging station. The estimated magnitude of construction is between $100,000,000 and $250,000,000. Proposals are due June 16, 2026.
Project Scope
This project entails the comprehensive construction of critical munitions storage and handling facilities. Key deliverables include:
- Five (5) CLWS 2B High Explosive magazines with reinforced concrete foundations, walls, floors, roofs, entrances, and loading aprons.
- Two segregation facilities, also with reinforced concrete construction.
- One forklift charging station.
- Extensive site improvements: relocation of Turkey Road, new access drives, stormwater management systems, paved truck loading/unloading areas, perimeter security fencing and gates, signage, and landscaping.
- Integration of facility-related control systems, including cybersecurity features.
- Demolition of eight existing magazines.
Contract Details
This acquisition is a Request for Proposal (RFP) under FAR Part 15, contemplating a Firm Fixed Price (FFP) contract. The NAICS code is 237990 (Other Heavy and Civil Engineering Construction) with a small business size standard of $45,000,000. The performance period is 1287 calendar days for completion after a 15-day commencement period. Performance and Payment Bonds are required. CMMC Level 1 (Self) requirements apply.
Submission & Evaluation
Proposals are due electronically via PIEE by June 16, 2026, at 2:00 PM local time. A site visit is scheduled for May 21, 2026. Evaluation will be based on a best value tradeoff process, considering price and the following non-cost/price factors: Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. Technical factors (Corporate Experience, Management Approach, Safety, Small Business Utilization) are equally important to each other and, combined, are equal in importance to Past Performance. Technical factors and Past Performance combined are approximately equal to price.
Key Attachments & Notes
Offerors must use the provided forms for submission, including the "Construction Experience Project Data Sheet" (Attachment C), "Past Performance Questionnaire" (Attachment D), "Historical SB Utilization" (Attachment E), and "Small Business Participation Commitment Document" (Attachment F). Detailed drawings and specifications are provided across multiple attachments (e.g., 1737010dwg series). Attachment 1737010spc2of2 is not available on PIEE or SAM.gov and must be requested from Kristy Gerrek (kristy.l.gerrek.civ@us.navy.mil) via DoD SAFE. All correspondence should be directed to Kristy Gerrek.