SP-312 Chiller Replacement, Naval Station Norfolk (NSN), Norfolk, 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, has issued a solicitation for the SP-312 Chiller Replacement project at Naval Station Norfolk (NSN), Virginia. This opportunity is a Total Small Business Set-Aside and is exclusively open to Multiple Award Construction Contract (MACC) Contractors (Contract Nos. N4008524D2508/2509/2510/2511/2512) primarily in the Hampton Roads Area of Virginia. The project involves replacing an existing 50-ton air-cooled chiller. Proposals are due by April 7, 2026.
Scope of Work
The project's objective is to replace the existing 50-ton Trane air-cooled chiller with a like-in-kind unit for Building SP-312. The scope includes:
- Mechanical: Chiller replacement as per attached drawings.
- Electrical: Demolition of existing chiller disconnect switch, conduit, wiring, and heat trace components, followed by installation of new disconnect switch, wiring, and conduit for the chiller and heat tape.
- General: Thorough site visit, use of new materials, verification of existing conditions, offsite disposal of demolished materials, minimizing damage, working in operational areas, maintaining security, adherence to manufacturer instructions, and compliance with EM-385 & OSHA safety regulations.
Key Requirements & Amendments
- Eligibility: Restricted to specific NAVFAC MID-ATLANTIC MACC Contractors.
- Control Vendors: Design Revision 1 (Amendment 0002) mandates that acceptable control vendors must be either Automated Logic Corporation (ALC) WebCTRL or Johnson Controls International (JCI) Metasys, with no exceptions.
- Pricing: Bidders must provide a firm fixed price lump sum for CLIN 0001, covering all labor, materials, equipment, and related items. Unbalanced offers may be rejected.
- Bonds: A performance bond reflecting 100 percent of the aggregate amount of CLIN 0001 is required.
- Compliance: Bidders must adhere to various FAR/DFARS clauses (Attachment J), including security prohibitions, Xinjiang Uyghur Autonomous Region (XUAR) procurement restrictions, Russian fossil fuel business operations, duty-free entry, waste reduction, sustainable products, and safeguarding covered defense information. Davis-Bacon Act prevailing wage rates (Attachment C) apply.
- Submittals: Required submittals (e.g., chiller, piping, electrical components) must be electronic and approved before construction.
- Site Visit: A site visit was conducted on March 12, 2026, with a log available (Attachment L). A thorough site visit is required before bidding.
Submission & Deadlines
Proposals must be submitted via the PIEE Solicitation Module. Bidders must register and obtain the 'Proposal Manager' role as per Attachment G. All amendments, including Amendment 0001 and 0002, must be acknowledged using Attachment I. Response Date: April 7, 2026, at 6:00 PM ET.
Contact Information
For inquiries, contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548.