ContractSolicitation

Design-Bid-Build, USCG Offshore Patrol Cutters (OPC) Homeport Pier, Naval Station Newport, Newport RI

DEPT OF DEFENSE N4008526R0001
Response Deadline
May 19, 2026
46 days left
Days Remaining
46
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

NAVFACSYSCOM Mid-Atlantic, under the Department of the Navy, is soliciting a design-bid-build contractor for the USCG Offshore Patrol Cutters homeport pier project at Naval Station Newport, Rhode Island. The work includes demolishing the existing 1,570-foot pier and constructing a new 1,000-foot pier, a 360-foot bulkhead, and associated landside infrastructure, along with related utilities, site improvements, and demolition/hazardous materials handling. The competition is unrestricted and full and open, with evaluation based equally on price and non-price factors including corporate experience, management approach and schedule, safety, past performance, and small business utilization and participation; a Project Labor Agreement is mandatory. The estimated construction value is between $100,000,000 and $250,000,000, and proposals are due May 19, 2026, with submission through PIEE requiring the appropriate proposal manager role.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
Y1LB
CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS

Solicitation Documents

26 Files
USCG OPC Homeport Pier Industry Day Sign In Sheet.pdf
PDF3346 KBDec 10, 2025
AI Summary
The document provides a detailed list of contacts for various organizations and roles, including names, organization affiliations, telephone numbers, email addresses, and their preferences for in-person or virtual meetings. It includes individuals from companies like Stantec, NAVFAC, and USCG among others, suggesting a coordinated effort or collaborative project. The information appears to be gathered from multiple dates, possibly for a specific event or series of meetings.
USCG OPC Homeport Pier Industry Day Slides.pptx
PowerPoint10648 KBDec 10, 2025
AI Summary
The USCG OCR Homeport Initiative Industry Day on December 4, 2025, informed industry about the upcoming solicitation for the OPC Pier project at Naval Station Newport, RI. This informational meeting outlined the project's scope, timeline, and potential construction challenges, aiming to solicit private sector input. The project involves demolishing the existing 1,586-ft Pier 1 and constructing a new 1,000-ft pier to accommodate four Offshore Patrol Cutters, including supporting utilities and a new bulkhead. Key milestones include design completion by January 2025, contract award by September 2026, and construction completion by October 2029. The acquisition strategy will be a Full and Open Solicitation with Best Value Source Selection, considering experience, safety, past performance, small business utilization, and management approach. The presentation detailed civil, structural, geotechnical, mechanical, electrical, fire protection, and environmental considerations, including extensive demolition, dredging, pile driving challenges, utility installations, and permit requirements, with an estimated 12,000 cubic yards of dredged material.
OPC Homeport Build New Pier Industry Day Flyer.pdf
PDF347 KBDec 10, 2025
AI Summary
Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC MIDLANT) is hosting an Industry Day on Thursday, December 4, 2025, in Warwick, RI, for the USCG OPC Homeport New Pier project at Naval Station Newport. This event invites contractors, both prime and subcontractors, to learn about the project, ask questions, and provide feedback. The project involves demolishing a 1,570’ x 100’ condemned US Navy pier and constructing a new 1,000’ x 80’ pier for four Offshore Patrol Cutters, along with a new bulkhead, laydown area, parking, stormwater management, and various utilities. The estimated cost range for the project is $100M - $250M. Anticipated discussions include the Coast Guard Mission, project overview, and schedule, with a Q&A session. Registration is encouraged by December 1, 2025, by emailing company details and attendee lists to Kristy Gerrek.
Attachment 1 - Registration Form.docx
Word15 KBDec 10, 2025
AI Summary
The document is a registration form for an Industry Day event focused on the "OPC HOMEPORT BUILD NEW PIER" project at Naval Station Newport, Rhode Island. The form requests basic contact and company information from interested parties, including company name, individual's name, email, phone number, and company address. This indicates the event's purpose is to gather potential contractors and industry partners for an upcoming federal government Request for Proposal (RFP) or similar procurement opportunity related to the construction of a new pier.
Solicitation - N4008526R0001.pdf
PDF1025 KBMar 19, 2026
AI Summary
This Request for Proposal (RFP) N4008526R0001, issued by NAVFACSYCOM MID-ATLANTIC, seeks a Design-Bid-Build contractor for the USCG Offshore Patrol Cutters (OPC) Homeport Pier project at Naval Station Newport, RI. The project involves demolishing an existing 1,570-foot pier and constructing a new 1,000-foot pier, a 360-foot bulkhead, and associated landside infrastructure. This is an unrestricted, full and open competition acquisition with an estimated construction value between $100,000,000 and $250,000,000. Proposals are evaluated based on price and non-price factors: Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation, with non-price factors collectively equal to price. A Project Labor Agreement is mandatory. The deadline for proposals is May 19, 2026.
Attachment A - Pre Proposal Inquiry Log.xlsx
Excel11 KBMar 19, 2026
AI Summary
The document is an inquiry submission form (ATTACHMENT A) for Solicitation N4008526R0001. This solicitation is for a Design-Bid-Build project concerning the USCG Offshore Patrol Cutters (OPC) Homeport Pier at Naval Station Newport, Newport RI. The form is structured to allow for reference questions related to specific sections and paragraphs of the solicitation, indicating its use in a pre-proposal phase for a federal government Request for Proposal (RFP) or a similar procurement process.
Attachment B - PIEE Vendor Access Instructions.pdf
PDF510 KBMar 19, 2026
AI Summary
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage roles within the DoD's PIEE platform, enabling secure submission of solicitations and responses. New users can self-register for an account and select roles like 'Proposal Manager' or 'Proposal View Only,' with the 'Proposal Manager' role required for submitting offers. Existing users can add these roles to their accounts. The guide provides step-by-step instructions for both scenarios, covering account creation, profile completion, role selection, and justification. It also offers support resources for account administration, technical issues, and a matrix detailing role-based actions and functions. The PIEE system streamlines procurement for government contractors, ensuring efficient and secure interactions with the DoD.
Attachment C - Construction Experience Project Data Sheet.pdf
PDF307 KBMar 19, 2026
AI Summary
The document, identified as ATTACHMENT C for RFP N40085-26-R-0001, is a Construction Experience Project Data Sheet. It serves as a form for offerors, joint ventures, or other entities to detail their construction experience for the Design-Bid-Build, USCG Offshore Patrol Cutters (OPC) Homeport Pier project at Naval Station Newport, Newport RI. The form requires information on the firm's identity, role in past projects (prime, subcontractor, JV), contract details (number, title, location, award/completion dates), type of work (new construction, renovation, repair, alteration), and contract type (Firm-Fixed Price, Cost/Time and Material, Design-Build, Design-Bid-Build, Delivery/Task Order). Key sections include providing a detailed description of the project and its relevancy to the current RFP requirements, as well as an explanation of the work self-performed by the firm.
Attachment D - Past Performance Questionnaire.pdf
PDF502 KBMar 19, 2026
AI Summary
The document outlines the use of the NAVFAC Form PPQ (Past Performance Questionnaire) for evaluating contractor performance in federal government solicitations, specifically for the Design-Bid-Build, USCG Offshore Patrol Cutters (OPC) project at Naval Station Newport, RI. This form, N40085-26-R-0001, is used when a CPARS evaluation is unavailable. Offerors must submit completed PPQs with their proposals or, if unable to obtain a completed PPQ, submit the first page with contract and client information. Clients can submit PPQs directly to the Government or the offeror. The document also details comprehensive adjective ratings and definitions (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for various performance aspects, including quality, schedule, customer satisfaction, management, cost, safety, and general compliance. The PPQ form itself requires detailed contractor and client information, contract specifics, and a project description.
Attachment E - Historical Small Business Utilization.pdf
PDF350 KBMar 19, 2026
AI Summary
Attachment E outlines the requirements for offerors to report historical small business utilization for the Design-Bid-Build, USCG Offshore Patrol Cutters (OPC) Homeport Pier project (N40085-26-R-0001). This form is mandatory for both large and small businesses to support the evaluation of Factor 5, Small Business Utilization and Participation. Offerors must detail their subcontracting achievements for each project submitted under Factor 1, Corporate Experience, including contract information, business size, role (prime, subcontractor, or JV member), and whether a subcontracting plan was required. The form distinguishes between actual subcontracted dollar values and percentages, and established goals for various small business categories such as Small Disadvantaged Business, Women-Owned, HUBZone, Veteran-Owned, and Service-Disabled Veteran-Owned. Instructions specify how to calculate percentages, when to include goals, and the necessity of providing explanations for unmet goals or zero small business subcontracting achievement. Definitions for
Attachment F - SB Participation Commitment Document.pdf
PDF335 KBMar 19, 2026
AI Summary
The Small Business Participation Commitment Document (SBPCD) for the Design-Bid-Build, USCG Offshore Patrol Cutters (OPC) Homeport Pier project at Naval Station Newport, RI (N40085-26-R-0001) is a mandatory form for all offerors, both large and small businesses. Its primary purpose is to evaluate Factor 5, Small Business Utilization and Participation, by detailing an offeror's commitment to subcontract with small businesses. The form requires offerors to identify their prime contractor size, applicable socioeconomic categories for small businesses, and a detailed subcontracting breakdown including total contract value and work self-performed. A minimum of 20% total small business participation is required, with detailed explanations needed if this threshold is not met. Offerors must list small business subcontractors with firm commitments, specifying their categories, products/services, and the nature of the commitment. Explanations are also required if no subcontractors are identified or if the offeror does not intend to subcontract, unless the small business prime offeror plans 100% self-performance.
Attachment G - Individual SB Subcontrating Plan.pdf
PDF476 KBMar 19, 2026
AI Summary
This government file, N40085-26-R-0001, outlines the Individual Small Business Subcontracting Plan for the Design-Bid-Build USCG Offshore Patrol Cutters (OPC) Homeport Pier project at Naval Station Newport, Newport RI. Applicable to large businesses, the plan details requirements consistent with FAR 19.704 and FAR clause 52.219-9. It mandates the establishment of subcontracting goals, including specific percentages and dollar amounts for various small business categories such as Small Business (SB), HUBZone SB, Women-Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), AbilityOne organizations, and Alaskan Native Corporations/Indian Tribes. The document specifies methods for developing these goals, identifying potential sources, and outlining the responsibilities of the subcontracting program administrator. It also details reporting requirements through the Electronic Subcontracting Reporting System (eSRS) and mandates the maintenance of records to document compliance. The plan emphasizes good faith efforts to utilize small businesses identified in proposals and includes provisions for addressing payment issues with subcontractors.
Attachment H - UCCG OPC Pier Price Proposal Form.pdf
PDF244 KBMar 19, 2026
AI Summary
The document outlines a comprehensive bid price schedule for the USCG OCR Homeport Initiative OPC Pier project at Newport Naval Station, RI (eProject No. 1826479). The project encompasses the demolition of existing Pier 1, construction of a landside area, a new Bulkhead S45S, and a new OPC Pier 1. The bid schedule details numerous line items, from base construction and various piling installations (e.g., concrete-filled steel pipe, HP piles, polymeric fender piles) to specialized tasks like dynamic pile load tests, subsurface water treatment, and extensive demolition and disposal of hazardous materials including asbestos, PCBs, mercury, and lead. The proposal also includes an "In lieu" Fee for potential Eel Grass damage and defines an option for a compressed air system and cast-in-place concrete pavement. General bid notes specify that award evaluation will consider the total proposed price for all line items, including options. Estimated quantities are subject to FAR 52.211-18 for variations, with specific adjustments for piling quantities. The government reserves the right to reject unbalanced offers and requires all line items to be priced.
Attachment I - SECNAV FORM 5512.pdf
PDF1065 KBMar 19, 2026
AI Summary
The Department of the Navy (DoN) requires individuals to register for a Local Population ID Card/Base Access Pass to control physical access to DoD, DoN, and U.S. Marine Corps installations. This registration process involves providing personal information, identity proofing, and undergoing vetting, including checks against the National Crime Information Center (NCIC) and Terrorist Screening Database. The purpose is to protect national security, issue badges, maintain visitor statistics, and track personnel movement. Applicants must provide identification documents from a specified list, employment activity information (if applicable), and disclose any prior felony convictions. Disclosure of information is voluntary, but failure to provide it may result in denial of access. The form outlines the legal authorities for data collection, routine uses, and the consequences of false statements. The Base Commanding Officer retains final authority for granting access. The document also includes instructions for completing the form and a list of acceptable identity documents.
Attachment J Site Visit Meeting Location.pdf
PDF917 KBMar 19, 2026
AI Summary
The document outlines specific instructions for accessing a location, indicating a designated meeting point at
Attachment K - WD RI20260001 01-30-2026.pdf
PDF104 KBMar 19, 2026
AI Summary
This Rhode Island General Decision Number RI20260001, effective January 30, 2026, supersedes RI20250001 and outlines prevailing wage rates and fringe benefits for building, heavy, highway, and marine construction projects statewide. It details classifications and compensation for various trades, including hazardous material handlers, asbestos workers, boilermakers, bricklayers, carpenters, electricians, elevator mechanics, operating engineers, ironworkers, laborers, painters, plasterers, plumbers, roofers, sprinkler fitters, sheet metal workers, and truck drivers. The document specifies additional rates for hazardous work, specific equipment, and heights. It also includes footnotes regarding paid holidays, vacation pay, and hazard pay for certain roles. Furthermore, the decision references Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage requirements for federal contractors under the Davis-Bacon Act. It concludes with an explanation of wage rate identifiers (Union, Union Average, Survey, State Adopted) and the process for appealing wage determinations.
Specifications USCG OPC Newport.pdf
PDF157841 KBMar 19, 2026
AI Summary
The USCG OCR Homeport Initiative at Naval Station Newport, RI, involves the demolition of existing Pier 1 and the construction of a new pier, bulkhead, site improvements, dredging, and utilities. The project, managed by NAVFAC and Stantec Consulting, Inc., outlines detailed administrative, scheduling, payment, and security requirements. Key aspects include using the Electronic Construction and Facility Support Contract Management System (eCMS) for document management, strict adherence to a cost-loaded Network Analysis Schedule (NAS) for progress and payments, and comprehensive safety protocols including marine mammal monitoring. Special work restrictions apply to in-water activities and access to the Naval Station, emphasizing coordination with the Contracting Officer and compliance with environmental and security regulations. The contract also mandates formal partnering sessions and detailed documentation for all phases of work, from pre-construction to closeout.
1826479dwg01of05_GEN-CIV.pdf
PDF84490 KBMar 19, 2026
AI Summary
The document outlines the "USCG OCR Homeport Initiative OPC Pier" project at Naval Station Newport, RI, focusing on the demolition of the existing Pier 1 and construction of a new S45S Bulkhead. This comprehensive plan includes general site details, geotechnical surveys, structural designs for various pier components (piles, framing, decks, fender systems, drainage), and specific demolition plans. It also details hazardous materials present on-site, including PCBs, asbestos, lead-based paint, mercury-containing items, and bird waste, necessitating careful handling and disposal. Mechanical plans cover compressed air, fresh water, fire protection, and sewer systems, while electrical plans address power distribution, grounding, lighting, and communication infrastructure. The project emphasizes safety, environmental compliance, and adherence to NAVFAC engineering standards for a modernized pier facility.
1826479dwg02of05_STRUC1.pdf
PDF29252 KBMar 19, 2026
AI Summary
The document outlines an extensive index of drawings, general notes, and specific requirements for the "USCG OCR Homeport Initiative OPC Pier" project at Naval Station Newport, RI. This includes detailed plans for structural, geotechnical, dredge, hazardous materials, civil, survey, electrical, and mechanical works. Key aspects cover concrete and structural steel specifications, marine mammal protection protocols during pile driving, and environmental mitigation measures. The project emphasizes adherence to various codes and standards, including AISC, ACI, and ASCE, ensuring structural integrity and environmental compliance for the pier's construction and demolition phases. It details requirements for pile foundations, electrical substations, and mechanical systems, highlighting the project's complexity and stringent regulatory framework.
1826479dwg03of05_STRUC2.pdf
PDF15512 KBMar 19, 2026
AI Summary
This government file outlines the detailed engineering plans for the USCG OCR Homeport Initiative OPC Pier project at Naval Station Newport, RI. The document, approved by Frank Cole USCG MASI and James E. Donahue, R.A., provides comprehensive indices for general, hazardous materials, survey, geotechnical, dredge, civil, structural, mechanical, and electrical drawings. Key aspects include site demolition, utility demolition, structural demolition of Pier 1 and bulkheads (S45N and S45S), and the construction of new pier elements with detailed plans for piles, framing, concrete planks, and deck drainage. The plans also cover extensive electrical systems, including substations, grounding, lightning protection, and various schedules and diagrams. Mechanical plans detail pipe support, enclosures, and schematics for compressed air and potable fresh water. Subsurface profiles and general sheet notes emphasize the use of geotechnical data for design. The project aims to modernize the pier infrastructure, ensuring compliance with naval engineering standards.
1826479dwg04of05_MECH.pdf
PDF12498 KBMar 19, 2026
AI Summary
The document outlines the "USCG OCR Homeport Initiative OPC Pier" project at Naval Station Newport, RI, detailing extensive mechanical, electrical, structural, civil, geotechnical, dredge, survey, and hazardous materials plans. The project involves the construction and renovation of Pier 1, including utility trench work for fresh water, compressed air, and sanitary forced mains, along with fire lane stripping. Key mechanical installations include 10-inch fresh water mains, 2-inch compressed air pipes, and 4-inch sanitary forced mains, all requiring insulation and heat tracing. Electrical plans cover deck and site layouts, grounding, lightning protection, and substation details. Structural elements focus on pier, pile, framing, and bulkhead designs, with detailed demolition plans. The project emphasizes safety, compliance with regulations, and detailed planning for all utility and structural components.
1826479dwg05of05_ELEC.pdf
PDF15770 KBMar 19, 2026
AI Summary
The document is an index of drawings for the USCG OCR Homeport Initiative OPC Pier project at Naval Station Newport, RI, with a revision date of August 25, 2020, and an approval date of February 6, 2026. It outlines comprehensive plans for general, geotechnical, structural, dredge, hazardous materials, civil, survey, electrical, and mechanical aspects of the pier. Key sections detail demolition, site controls, utility layouts, and structural components such as pile plans, framing, and deck plans. The electrical drawings specify power distribution, grounding, lighting, and substation layouts, with detailed notes on conduit types and installation requirements. The mechanical plans cover piping, enclosures, and schematics for compressed air and potable water. The overall project involves significant infrastructure upgrades, demolition, and new construction, emphasizing adherence to electrical and structural standards and ensuring proper utility installations.
26R0001 USCG OPC SSN.pdf
PDF352 KBJan 20, 2026
AI Summary
The Naval Facilities Engineering Systems Command, Mid-Atlantic, is conducting a Sources Sought Notice for a Design-Bid-Build project to construct the USCG Offshore Patrol Cutters (OPC) Homeport Pier at Naval Station Newport, RI. This project involves demolishing an existing 1,570’ x 100’ pier and constructing a new 1,000’ x 80’ pier, a 360’ bulkhead, laydown area, parking, and utility infrastructure. The estimated construction cost is between $100,000,000 and $250,000,000, with an anticipated award in September 2026. The NAICS code is 237990, with a small business size standard of $45,000,000. The notice targets eligible small businesses, including SDVOSB, HUB-Zone, 8(a), WOSB, and general small businesses, to determine if a set-aside procurement is feasible. Responding firms must submit contractor and project information forms by February 4, 2026, including bonding capacity and relevant construction experience of projects costing $75,000,000 or more, completed within the last ten years, demonstrating specific scope and complexity elements related to pier/wharf construction and associated infrastructure.
Project Information Form.docx
Word29 KBJan 20, 2026
AI Summary
The "SOURCES SOUGHT – PROJECT INFORMATION FORM" is a standardized document for contractors to submit details of up to five relevant project experiences. Each project submission, limited to two pages, requires comprehensive information including contractor name, project number, contract number, title, location, award and completion dates, final contract price, and project completion percentage. Contractors must specify the type of work (new construction, repair, or renovation), customer/owner details, and whether they served as prime or subcontractor. The form also asks for the contract type (Design-Build or Design-Bid-Build), and if Design-Build, information about the lead design firm. A detailed description of the project and the percentage and description of self-performed work are also required. This form is crucial for government entities to evaluate contractor qualifications for federal RFPs, grants, and state/local RFPs.
Contractor Information Form.docx
Word24 KBJan 20, 2026
AI Summary
The "SOURCES SOUGHT – CONTRACTOR INFORMATION FORM" is a standardized document designed for contractors to provide essential information to government entities, likely in response to Requests for Proposals (RFPs) or grants. The form requires contractors to detail their firm's information, including UEI, CAGE Code, name, address, and points of contact. It also mandates the identification of the business type, allowing contractors to select applicable categories such as Large Business, Small Business, or various socio-economic classifications like SBA certified 8(a), HUBZone, Service-Disabled Veteran-Owned, Veteran Owned, Woman Owned, and Economically Disadvantaged Women-Owned Small Business. Additionally, the form requests bonding capacity details, specifically the surety name and the maximum bonding capacity per project and in aggregate. A dedicated section is provided for contractors to clarify any of the submitted information, ensuring comprehensive and accurate disclosures without altering the form's original content. This form streamlines the initial information gathering process for government procurement or grant applications.
26R0001 USCG OPC Homeport Pre Solicitation.pdf
PDF179 KBFeb 19, 2026
AI Summary
The Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic is issuing a pre-solicitation synopsis for an upcoming Design-Bid-Build contract. This project, with an estimated value between $100,000,000 and $250,000,000, involves the demolition of an existing pier and the construction of a new 1,000-foot pier and associated infrastructure at Naval Station Newport, RI, to homeport four USCG Offshore Patrol Cutters (OPCs). The contract, expected to be awarded by September 2026, will have a 1000-calendar day completion time. The procurement is unrestricted for full and open competition, utilizing a best value tradeoff process considering non-price (technical and past performance) and price proposals. The NAICS code is 237990, with a small business size standard of $45,000,000. Despite prior market research for small businesses, an unrestricted solicitation was determined necessary. The Request for Proposal (RFP) is anticipated around March 5, 2026, and will be available on PIEE and Sam.gov. Prospective offerors must be registered in SAM.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 19, 2025
amendedAmendment #1Dec 4, 2025
amendedAmendment #2Dec 10, 2025
amendedLatest AmendmentMar 19, 2026
deadlineResponse DeadlineMay 19, 2026
expiryArchive DateJul 31, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM MID-ATLANTIC

Point of Contact

Name
Kristy GERREK

Official Sources