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 is soliciting quotes for a Temporary Production Facility (TPF) to support the Montpelier Availability at Norfolk Naval Shipyard (NNSY) in Portsmouth, VA. This requirement involves the provision, installation, maintenance, and eventual removal of a single modular industrial unit. Proposals are due February 5, 2026.
Scope of Work
The contractor shall furnish one (1) non-combustible TPF measuring 14 feet by 60 feet. Key requirements include:
- Configuration: Standalone unit with a CDX10 lock and a specific layout/orientation as defined in the solicitation sketches.
- Technical Specs: Must meet non-combustible construction standards and include specific electrical, HVAC, and IT infrastructure (LAN/NMCI cabinets).
- Services: Full responsibility for delivery, installation, breakdown, and removal. The contractor is also responsible for all maintenance (Emergency, Urgent, and Routine) during the performance period.
- Safety: Strict compliance with OSHA, NAVSEA, and NNSY safety regulations is mandatory.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Duration: 10-month base period with four (4) optional 3-month extensions.
- Key Dates: Delivery and installation must be functional no later than June 1, 2026.
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 332311 (Size Standard: 750 employees)
Evaluation
Award will be made to the responsible offeror providing the Best Value to the Government based on three factors:
- Technical Capability: Evaluated on an "Acceptable/Unacceptable" basis. Offerors must confirm comprehension of the SOW and meet exact size/orientation requirements.
- Past Performance: Focuses on the vendor's history of quality work and safety records.
- Price: Used as a determining factor if technical and past performance ratings are equal.
Additional Notes
Questions are due by February 4, 2026, at 6:00 AM. Post-award, the contractor must provide manufacturing and installation schedules within 10 days.