PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, RM24-3467 RENOVATE SP17 FOR FLEET LEGAL SERVICES, NAVAL STATION NORFOLK, NORFOLK VIRGINIA
ID: N4008525R2607Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is preparing to solicit proposals for a design-build contract to renovate Building SP-17 for Fleet Legal Services at Naval Station Norfolk, Virginia. This project aims to establish a Fleet Legal Services Complex (FLSC) by renovating existing structures and incorporating new permanent modular construction, which will serve as the primary legal support facility for the U.S. Navy Second Fleet. The contract, valued between $100 million and $250 million, is expected to be awarded by January 2026, with a completion timeline of 955 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command, Mid-Atlantic has issued a Sources Sought Notice for construction services related to the RM24-3467 project, which involves renovating Building SP-17 at Naval Station Norfolk to create a Fleet Legal Services Complex. This notice is aimed at gathering market research to identify qualified firms, both large and small, capable of undertaking this design-build project estimated to cost between $100 million and $250 million. The project includes partial demolition and renovation of the existing building, as well as new modular construction, and it is essential for serving the U.S. Navy Second Fleet's legal support needs. Firms interested in participating must submit specific information, including their business classification, bonding capacity, and relevant construction experience within a deadline of April 16, 2025. Experience must align with defined criteria, focusing on projects with a minimum construction cost of $50 million and relevant scope, particularly in historical renovations and modular construction. The results of this market research will inform whether the solicitation will be set aside for small businesses or open to all contractors. The anticipated contract award date is October 2025.
    The document is a Contractor Information Form designed for contractors interested in federal Request for Proposals (RFPs) and grants. It requires contractors to provide essential details about their business, including their Unique Entity Identifier (UEI), CAGE Code, firm name, address, and point of contact (POC) information. The form prompts contractors to specify their business type, such as large business or various categories of small businesses, including SBA certified firms and veteran-owned entities. Additionally, it requests information on the contractor's bonding capacity, including surety name and maximum bonding amounts. A section for further clarification allows firms to provide additional information without altering the form contents. The overall purpose of the form is to gather structured contractor information to facilitate eligibility assessments for government contracts and grants, ensuring compliance with federal regulations and promoting inclusivity among diverse business types.
    The document outlines the agenda for an Industry Day concerning the renovation of SP17 for Fleet Legal Services at Naval Station Norfolk, Virginia, scheduled for March 18, 2025. The primary purpose is to inform potential contractors about the upcoming solicitation for the RM24-3467 project, provide insights into the project's scope and potential construction challenges, and gather feedback from the industry to shape procurement strategies. Key participants from NAVFAC Mid-Atlantic and AECOM are introduced, emphasizing the collaborative nature of this pre-solicitation meeting. Ground rules specify that the session is for informational purposes only, stating it is not a Request For Proposal (RFP) and prohibiting the sharing of sensitive information. The project involves a base bid area of 51,487 square feet, with multiple options expanding total area and parking provisions. Various construction methodologies, including modular construction, are discussed, highlighting the integration of new building elements with existing structures. Overall, the document serves as a critical communication tool for engaging the construction industry while maintaining transparency and encouraging contractor input for effective project execution.
    The document pertains to the upcoming renovation project of SP17 for Fleet Legal Services at Naval Station Norfolk, scheduled for an Industry Day on March 18, 2025. It includes a list of stakeholders from the Naval Facilities Engineering Command (NAVFAC) MIDLANT and various construction and engineering firms such as AECOM, SB Ballard Construction, and Jacobs. Key personnel are identified with their contact information, which illustrates the collaborative nature of the project. The purpose of the Industry Day is to engage potential contractors and provide them insights into the project’s requirements and objectives, thereby fostering competitive proposals. This gathering underscores the federal government's commitment to leveraging public-private partnerships in executing infrastructure projects. Overall, the document highlights a structured approach to project management and contractor selection within the context of federal contracts.
    The government document outlines a "Sources Sought – Project Information Form" designed for contractors to submit detailed information about prior relevant projects in response to an RFP. Each submission allows contractors to showcase up to five projects, limiting responses to two pages per project. The form requires information such as contractor name, project category, contract details, award date, completion status, type of work (construction, repair, renovation), and customer contact information. It also distinguishes whether the contractor was the prime or subcontractor and requires specifics about contract types, including design-build specifications if applicable. Furthermore, the document asks for a thorough project description, a breakdown of self-performed work, and the percentage of that work. This structured form serves a dual purpose: facilitating project experience demonstration by contractors and aiding the government in evaluating potential bidders for projects. It reinforces the importance of comprehensive documentation in the procurement process, ensuring that contractors can effectively communicate their qualifications and previous work related to government contracting opportunities. This process emphasizes adherence to standards and the requirement for transparency in project execution.
    The Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic is hosting a virtual Industry Day on March 18, 2025, to inform contractors about a significant project: the renovation of Building SP-17 for Fleet Legal Services at Naval Station Norfolk, Virginia. This design-build project has an estimated construction cost between $100 million and $250 million and aims to establish a Fleet Legal Services Complex (FLSC). The FLSC will serve as the primary legal support facility for the U.S. Navy Second Fleet and will integrate prefabricated modular construction alongside conventional renovations. The project encompasses options for space ranging from 52,000 to 110,000 square feet, targeting administrative, courtroom, and other legal service needs. Interested contractors must RSVP by March 17, 2025, for access to the Industry Day meeting link, which will include project presentations and a Q&A session with NAVFAC’s design team. This event is an essential precursor to the anticipated project advertisement scheduled for April 2025.
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    FY26 NNSY Job Fair Rental Space
    Dept Of Defense
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking proposals for the rental of a venue space to host a Career Fair on January 24, 2026, in either Chesapeake or Portsmouth, Virginia. The venue must accommodate between 700 to 1,000 attendees and provide a minimum of 12,000 square feet, including specific requirements such as private interview areas, tables, chairs, and necessary technical support like high-speed Wi-Fi and printing services. This opportunity is set aside for small businesses, with a Firm Fixed Price Single Award Contract anticipated, and quotes are due by 8:00 A.M. EST on December 22, 2025. Interested vendors should contact Aletha Nunley or Denise Swain for further details and ensure they are registered in SAM to participate in the procurement process.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.