Temporary Facilities Procurement
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, specifically Norfolk Naval Shipyard (NNSY), is conducting a Sources Sought for market research to identify capable sources for Temporary Facilities Procurement. This effort seeks to procure one 8-ft x 40-ft stackable, non-combustible shipping container-style docking station and one 24-ft x 40-ft double-wide Temporary Production Facility (TPF). The Government anticipates a Firm-Fixed-Price contract issued under FAR Part 12 procedures. This is not a solicitation, and responses are due by May 4, 2026, 1:00 PM EST.
Purpose & Scope
NNSY requires these temporary structures to support non-nuclear and nuclear testing work during CNO availabilities. The scope involves the production and delivery of both facility types, with the contractor responsible for all labor, materials, equipment, tools, transportation, and supervision. Delivery will be to the South Gate at Norfolk Naval Shipyard in Portsmouth, VA.
The 8-ft x 40-ft container-style unit must be non-combustible, stackable (two units high), hurricane-proof (110-mph winds), weatherproof, and designed for environmental loads. It requires three insulated roll-up doors, specific ventilation, and electrical components (5 duplex outlets, 4 LED lights).
The 24-ft x 40-ft double-wide TPF must also be non-combustible, hurricane-proof (110-mph winds), and maintain 70 degrees Fahrenheit year-round via HVAC. Detailed specifications cover interior layout, fire safety (extinguisher, alarm system), electrical, and IT infrastructure (LAN/NMCI cabinets, CAT5e/6 cabling).
Both facilities require compliance with various standards including OSHA, NNSY OSHE Program Manual, UFC, IBC, ADA, and NFPA codes. Desired delivery date for the TPFs is September 15, 2026.
Contract & Timeline
- Type: Sources Sought (Market Research). Anticipates Firm-Fixed-Price contract under FAR Part 12.
- Set-Aside: None specified.
- Response Due: May 4, 2026, 1:00 PM EST.
- Published: April 22, 2026.
- Place of Performance: Portsmouth, VA.
Information Requested from Industry
Respondents are encouraged to provide clear, concise responses, focusing on genuine capabilities and expert perspectives:
- Corporate Information: Company Name, Address, Phone, CAGE Code, UEI, Primary POC, Socioeconomic Status.
- Corporate Experience & Past Performance: Up to three relevant contracts from the past five years, specifying DoD/Federal involvement and handling of classified/CUI.
- Technical & Security Capability: Describe approach to performing the entire requirement, including production lead time.
- Industry Feedback & Innovation: Review the Draft SOW for unnecessarily restrictive requirements, suggest alternative approaches/technologies, comment on appropriateness of NAICS (332311) / PSC (5410) codes, and recommend a contract CLIN structure.
Submission Instructions
Submit a single Adobe Acrobat (.pdf) response via email to Christopher Vieira (christopher.f.vieira.civ@us.navy.mil), Eliot Faircloth (john.e.faircloth2.civ@us.navy.mil), and Contract Officer Chad Godwin (chad.r.godwin.civ@us.navy.mil). No hard copy or facsimile submissions will be accepted. Vendors must be registered in SAM.gov.