NSWC IHD BXXX Facility Renovation
ID: N0017426SN0058Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Industrial Building Construction (236210)

PSC

REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS (Z2EZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified contractors for the renovation of a 15,000 square foot building into a production facility at Indian Head, Maryland. The project, estimated to cost between $10,000,000 and $25,000,000, involves extensive demolition and reconstruction, including the installation of new HVAC systems, electrical systems, and industrial equipment, as well as the construction of new exterior walls and concrete slabs. This renovation is crucial for enhancing the operational capabilities of the facility, and interested contractors must submit a capabilities statement and complete a Sources Sought Questionnaire by November 21, 2025, at 2:00 PM EST to the primary contact, Jeremy Taylor, at jeremy.g.taylor2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is issuing a Sources Sought Notice for contractors to renovate a 15,000 square foot building into a production facility. This notice is for market research and is not a request for proposals. The renovation, estimated between $10,000,000 and $25,000,000, involves extensive demolition of existing interior and exterior elements, including walls, HVAC, doors, and equipment. The project also requires constructing new exterior CMU walls, roofs, and concrete slabs, and installing various industrial equipment, HVAC systems, electrical systems, new overhead bridge cranes, and a control room. The NAICS Code is 236210 for Industrial Building Construction. Interested contractors must submit a capabilities statement (up to 4 pages) and complete a Sources Sought Questionnaire by November 21, 2025, at 2:00 PM EST to jeremy.g.taylor2.civ@us.navy.mil. Submissions must demonstrate experience in similar industrial/production facility renovations within the past three years.
    The NSWC Indian Head N00174 Sources Sought Questionnaire is a government document designed to gather information from businesses for potential construction projects. It requests details such as business name, address, contact information, Unique Entity Identifier (UEI)/CAGE code, and email. The questionnaire specifically asks if companies possess NAICS Code 236210 and to identify their business type (e.g., Section 8(a), HUBzone, Woman-Owned Small Business, Small Business, or Large Business). A key component of the questionnaire is the requirement for businesses to disclose their bonding capacity, including surety name, maximum bonding capacity per individual project, aggregate maximum bonding capacity, and current bonding capacity. Furthermore, it seeks information on past construction project experience, specifically requesting details on projects completed with magnitudes between $10,000,000 and $25,000,000, or between $25,000,000 and $100,000,000. This document serves as a preliminary step for the government to identify qualified contractors for upcoming construction opportunities.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and it includes essential renovations and the potential addition of an emergency generator. The procurement process emphasizes the importance of compliance with various technical specifications and safety standards, particularly regarding mechanical and electrical systems, as well as adherence to the Buy American Act. Proposals must be submitted electronically by December 12, 2025, at 2:00 PM EST, to the designated contacts, Monica Coniglio and Matthew Lubiak, with a file size limit of 25MB per email.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in 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 deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    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.
    FRCE: Site Prep for Ultrasonic Degreaser B133
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses for the preparation and installation of an ultrasonic degreaser system at the Fleet Readiness Center East (FRCE) in Havelock, North Carolina. The project involves the installation of an ultrasonic cleaning system and supporting chiller, along with necessary concrete demolition, new concrete work, electrical and plumbing utilities, and roof modifications. This procurement is crucial for enhancing maintenance capabilities and is estimated to have a contract value between $1 million and $5 million, with a total contract duration of 380 days. Interested small businesses must submit their qualifications and evidence of capability by December 8, 2025, to Sarah Maready at sarah.a.shugart.civ@us.navy.mil.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Buyer not available
    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.
    Purchase New Liquid Nitrogen Tank
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Neville Island Area Office Renovations
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Pittsburgh District, is seeking qualified contractors for the renovation of the Neville Island Area Office in Pittsburgh, Pennsylvania. The project involves various construction tasks, including the demolition of interior walls, relocation of electrical and telecom outlets, installation of new finishes, and upgrades to lighting and flooring throughout the facility. This renovation is crucial for maintaining the functionality and safety of the office space, which supports the operations of the Army Corps. Interested contractors must respond to the Sources Sought Notice by December 8, 2025, with required information including company details and capabilities, and can contact Mario Dizdarevic at mario.dizdarevic@usace.army.mil for further inquiries.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.