Temporary Production Facility (TPF's) to support availability at Norfolk Naval Shipyard
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 / Norfolk Naval Shipyard is soliciting proposals for Temporary Production Facilities (TPFs) to support the Montpelier Availability at Norfolk Naval Shipyard, Portsmouth, VA. This is a Total Small Business Set-Aside for the lease or rental of prefabricated structures. Proposals are due February 5, 2026, at 06:00 AM EST.
Scope of Work
The contractor shall provide one (1) non-combustible 14-ft x 60-ft single-wide Temporary Production Facility (TPF), equipped with a CDX10 lock. The TPF must conform to a mandatory orientation and layout (as depicted in Enclosure 1 of the specifications). Key responsibilities include:
- Delivery, installation, breakdown, and removal of the TPF.
- Ensuring non-combustible construction and physical compatibility with the project site.
- Compliance with all federal, state, local, and Navy requirements, including OSHA, NNSY OSHE Program Manual, and Hazardous Energy Control (HEC) procedures.
- Providing all labor, materials, equipment, tools, transportation, and supervision.
- Performing all repairs and maintenance (Emergency, Urgent, Routine) with defined response times.
- Specific modifications such as dry-erase boards, paper file systems, and IT network installation.
- Adherence to detailed specifications for electrical, IT infrastructure, exterior/interior finishes, and security.
- Obtaining Defense Biometric Identification System (DBIDS) cards and NAVSEA badging for personnel.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business
- NAICS Code: 332311 (Size Standard: 750 employees)
- PSC Code: W054 (Lease Or Rental Of Equipment: Prefabricated Structures And Scaffolding)
- Performance Period: One (1) base year of 10 months, plus four (4) 3-month option periods.
- Facility Delivery/Installation: No later than June 1, 2026.
- Questions Due: February 4, 2026, at 06:00 AM EST.
- Proposals Due: February 5, 2026, at 06:00 AM EST.
- Published Date: January 30, 2026.
Evaluation Criteria
Proposals will be evaluated as Best Value for the Government based on three factors:
- Technical Capability: Rated "Acceptable" or "Unacceptable." Requires clear understanding of the SOW, TPF Specifications, mandatory dimensions, and safety regulations. Only "Acceptable" quotes proceed.
- Past Performance: Evaluates ability to deliver high-quality work and safety records. Offerors must provide company name, contract number, address, contacts, and website for past projects.
- Price: Not the sole factor, but may be determining if vendors are otherwise equal.
Key Post-Award Requirements
- Schedules: Manufacturing and Installation schedules due within 10 days of contract award.
- Schedule Changes: 30 days written notice required for proposed changes.
- Trailer Removal: Minimum 30 days written notice required prior to removal; all trailers must be removed no later than 45 days after contract end.
- Wage Determination: Compliance with U.S. Department of Labor Wage Determination No. 2015-4341, Revision No. 32, for prevailing wage rates and fringe benefits in specified NC/VA counties.
Submission Instructions
Offerors must follow FAR 52.212-1 (Instructions to Offerors—Commercial Items) and confirm full comprehension of the SOW and TPF Specifications. Proposals must be submitted by the specified deadline; late submissions will not be accepted. Awardees must maintain SAM registration.