ContractSolicitation

B300 Waterfront Machine Shop Roof and HVAC Repair Portsmouth Naval Shipyard

DEPT OF DEFENSE N4008526R0029
Response Deadline
Apr 16, 2026
12 days left
Days Remaining
12
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

NAVFAC SYSCOM Mid-Atlantic, for the Department of the Navy, is soliciting a firm-fixed-price construction contract to repair Building 300, the Waterfront Machine Shop at Portsmouth Naval Shipyard in Kittery, Maine. The work includes removing and replacing the roof system, upgrading HVAC equipment and associated ductwork, abating hazardous materials in the affected areas, and replacing fire alarm, mass notification, fire sprinkler, and major electrical distribution components. The project also calls for utility restoration and site repairs, with evaluation focused on corporate experience, management approach and schedule, safety, past performance, and small business utilization; the work is subject to BABA, and the performance period is 925 calendar days after award. The proposal due date is April 16, 2026, proposals are to be submitted through the PIEE Solicitation Module, and the estimated construction magnitude is between $25 million and $100 million.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2JZ
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS

Solicitation Documents

28 Files
N4008526R0029 Site Visit Log.pdf
PDF92 KBApr 1, 2026
AI Summary
The document lists individuals and companies involved in the B300 Waterfront Machine Shop Roof & HVAC Repair project at Portsmouth Naval Shipyard (N4008526R0029 - Site Visit). It appears to be a roster of attendees or interested parties for a site visit related to a federal government Request for Proposal (RFP) concerning construction and repair work. The list includes names, companies such as Bristol Bay Construction Holding's LLC, Angelo Sassi & Son Plumbing & Heating, Inc., EnviroVantage, CCB Construction Services, RTH Mechanical, Brookstone Builders, Inc., Sevee & Maher Engineers, and Pacific Tech Construction, along with corresponding email addresses. The main purpose of this document is to identify the participants and their affiliations for the aforementioned shipyard repair project.
N4008526R0029 0005.pdf
PDF345 KBApr 1, 2026
AI Summary
Amendment 0005 to Solicitation N4008526R0029, effective March 10, 2026, concerns the "B300 Waterfront Machine Shop Roof & HVAC Repair" project at Portsmouth Naval Shipyard in Kittery, Maine. This amendment provides a Site Visit log as an attachment (N4008526R0029 Site Visit Log). Importantly, the proposal due date remains unchanged as March 24, 2026. All other terms and conditions of the original solicitation, dated January 28, 2026, remain in full force and effect. This document serves to formally incorporate the site visit information into the solicitation process.
Attachment M - Pass Office Virtual Line Guidance.pdf
PDF186 KBApr 1, 2026
AI Summary
The Portsmouth Naval Shipyard in Kittery, ME, has introduced a virtual queuing system for its Pass Office, eliminating the need for physical lines. This system, accessible via the QLess app, a web link (https://kiosk.na4.qless.com/kiosk/app/home/191), or an in-person greeter, allows individuals to manage their wait time virtually. Users can join the line remotely, receive text message updates on their position, move back in line if needed, and get notified when it's their turn. This initiative aims to save time and enhance convenience for visitors to the shipyard by providing real-time line management and alerts.
Attachment H - Small Business Participation Commitment.pdf
PDF145 KBApr 1, 2026
AI Summary
The Small Business Participation Commitment Document (SBPCD) is a mandatory form for all offerors, regardless of size, responding to RFP N40085-26-R-0029 for the Design-Bid-Build (DBB), B-300 Waterfront Machine Shop Roof & HVAC Repair at Portsmouth Naval Shipyard. Its primary purpose is to gather information for evaluating Factor 5, Small Business Utilization and Participation. Offerors must identify their prime contractor size, and if a small business, applicable socioeconomic categories. The document requires a breakdown of total contract value, self-performed work, and subcontracted work. A key component is the small business participation table, which mandates a minimum 20% total small business participation, including specific socio-economic categories. If this minimum is not met, a detailed explanation is required. The SBPCD also requires offerors to identify specific small business subcontractors with whom firm commitments (e.g., teaming agreements, letters of commitment) are in place, detailing their services and the nature of the commitment. Explanations are necessary if no subcontractors are identified with firm commitments or if a large business offeror does not intend to subcontract.
Attachment G - Historical Small Business Utilization.pdf
PDF207 KBApr 1, 2026
AI Summary
Attachment G outlines the requirements for offerors, both large and small businesses, to report their historical small business utilization for the N40085-26-R-0029 solicitation. This form is crucial for evaluating Factor 3, Small Business Utilization and Participation, and must be completed for each project submitted under Factor 1, Corporate Experience. Offerors must provide detailed project information, including contract numbers, project titles, business size, role (prime, subcontractor, or JV member), and whether a subcontracting plan was required. The form mandates reporting actual subcontracting dollar values and percentages for various small business categories, rounded to the nearest tenth of a percent. If applicable, offerors must also provide subcontracting goals. Explanations are required for any unmet goals or for projects with no small business subcontracting achievement. The document defines key terms such as Total Project Dollar Value, Total Self-Performed Value, and Total Subcontract Value to ensure accurate reporting. Submissions in alternative formats or with attachments will not be evaluated, emphasizing strict adherence to the provided form.
Attachment F - Past Performance Questionnaire.pdf
PDF268 KBApr 1, 2026
AI Summary
Attachment F outlines the Past Performance Questionnaire (PPQ) requirements for the DBB, B-300 Waterfront Machine Shop Roof & HVAC Repair project (N40085-26-R-0029) at PNSY, NCTS Kittery, Maine. Offerors must submit a completed CPARS evaluation if available; otherwise, they are required to use the provided PPQ form. The PPQ gathers detailed contractor and client information, including contract specifics, project description, and relevance to the current solicitation. Clients are asked to complete sections evaluating performance in areas such as quality, schedule, customer satisfaction, management, cost, and safety, using a defined adjective rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable). Completed PPQs should be submitted with the proposal, or the first page can be submitted if a full PPQ is unavailable by the closing date. The government reserves the right to verify all information and use previously submitted PPQ data.
Attachment C - PIEE Vendor Access Instructions.pdf
PDF510 KBApr 1, 2026
AI Summary
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage accounts within the DoD's enterprise-level solicitation platform. It details step-by-step instructions for new users to self-register and for existing users to add roles like 'Proposal Manager' (for submitting offers) or 'Proposal View Only.' The guide covers creating user accounts, setting security questions, completing profiles, and selecting roles by entering a CAGE Code. It also provides information on account activation, help resources, and support contacts for technical issues or account administration. The document emphasizes the importance of the PIEE platform in automating and securing the solicitation process for the Department of Defense.
Attachment B -Pre-Proposal Inquiry Log.xlsx
Excel18 KBApr 1, 2026
AI Summary
The document is an Attachment B - Pre-Proposal Inquiry Submission Form for Solicitation N4008526R0029, titled "DESIGN-BID-BUILD, WATERFRONT MACHINE SHOP ROOF & HVAC REPAIR, PORTSMOUTH NAVAL SHIPYARD (PNSY), KITTERY, MAINE." This form is used by potential bidders to submit questions related to the solicitation. It includes fields for reference, question, section, paragraph, submitted by, date submitted, and a blank area for agency use. This attachment is a standard component of federal government RFPs, providing a structured mechanism for communication between the issuing agency and prospective contractors during the pre-award phase of a contract, ensuring clarity and addressing any ambiguities in the solicitation documents.
Attachment A1 - PNSY B300 Roof and HVAC Repairs - Final - Plans.pdf
PDF183431 KBApr 1, 2026
AI Summary
The B300 Roof and HVAC Repair project at Portsmouth Naval Shipyard in Kittery, Maine, involves extensive renovations to Building 300, a 24/7 production facility. The project encompasses roof replacement with a fully adhered 0.080 thermoplastic polyolefin (TPO) membrane, HVAC system upgrades, and electrical system modernizations, including the replacement of Switchgear 4. Work is divided into six bays, with specific scheduling for each to minimize disruption to ongoing operations. Contractors must adhere to strict safety protocols, including drop netting, tool tethering, and fire watch requirements. The project emphasizes the protection of existing equipment and personnel, with a limited laydown space for the contractor. All work must comply with various federal, state, and national building and fire codes, including UFC, NFPA, and International Building Codes. The scope also includes hazardous material abatement, structural reinforcement, and careful coordination for system outages.
Attachment J - Contractor Exempt Purchase Certificate.pdf
PDF85 KBApr 1, 2026
AI Summary
This government form is an exemption certificate for sales and use tax on construction contracts. It allows an agency, entity, or organization to claim exemption from these taxes for materials permanently incorporated into real property under a construction contract. The form requires the full name and address of the exempt organization, a description of the project's location and nature, and the reason for the exemption. Exemptions can be due to a valid exemption certificate issued by Maine Revenue Services, the entity being a federal, state, or Maine political subdivision agency, or for constructing a certified water or air pollution facility. The certificate covers purchases of materials that will be permanently incorporated into real property for sale to the exempt entity. It also includes sections for the certificate number of the contractor and the date of issuance.
Attachment I - Small Business Subcontracting Plan.pdf
PDF327 KBApr 1, 2026
AI Summary
The
N4008526R0029 0010.pdf
PDF194 KBApr 1, 2026
AI Summary
Amendment 0010 to Solicitation N4008526R0029 for the B300 Waterfront Machine Shop Roof & HVAC Repair project at Portsmouth Naval Shipyard provides responses to Pre-Proposal Inquiries (PPIs). Key clarifications include confirmation that there are no General Applicability Waivers or project-level waivers. Additionally, the project is subject to the Build America, Buy America Act (BABA), as detailed in Section 00 70 00 - Conditions of the Contract, FAR Clause 52.225-11 of the RFP. The proposal due date of April 16, 2026, remains unchanged. This amendment ensures all potential offerors have the necessary information to submit compliant proposals.
N4008526R0029 0009.pdf
PDF230 KBApr 1, 2026
AI Summary
Amendment 0009 to Solicitation N4008526R0029, issued by NAVFAC SYSCOM MID-ATLANTIC, addresses Pre-Proposal Inquiry (PPI) responses for the B300 Waterfront Machine Shop Roof & HVAC Repair project at Portsmouth Naval Shipyard in Kittery, Maine. The amendment clarifies that roofing work is permitted during daytime hours, with exceptions for work requiring interior access to B300. The proposal due date of April 16, 2026, remains unchanged. This document outlines the process for acknowledging amendments, emphasizing the importance of timely receipt to avoid rejection of offers. It also details procedures for modifying existing offers based on the amendment.
N4008526R00290008.pdf
PDF160 KBApr 1, 2026
AI Summary
Amendment 0008 to Solicitation N4008526R0029 for the B300 Waterfront Machine Shop Roof & HVAC Repair at Portsmouth Naval Shipyard clarifies and corrects an error regarding the submission deadline in PIEE. This amendment, issued on March 24, 2026, explicitly states that the proposal due date of April 16, 2026, remains unchanged. It outlines methods for offerors to acknowledge receipt of the amendment, such as completing items 8 and 15, acknowledging on each offer copy, or via separate communication. Failure to acknowledge receipt by the specified date and time may lead to rejection of the offer. The document also details procedures for changing an already submitted offer due to the amendment. All other terms and conditions of the original solicitation remain in full force and effect.
N4008526R00290007.pdf
PDF96 KBApr 1, 2026
AI Summary
The document, Amendment N4008526R00290007, modifies a solicitation for the B300 Waterfront Machine Shop Roof & HVAC Repair project at Portsmouth Naval Shipyard, Kittery, Maine. Key changes include extending the proposal due date to April 16, 2026, and revising evaluation criteria. The project involves replacing the roof, upgrading HVAC systems (including hazardous material abatement), and replacing electrical and fire safety systems in a manufacturing facility. Proposals will be evaluated on price and non-price factors: Corporate Experience, Management Approach & Schedule, Safety, Past Performance, and Small Business Utilization. Offerors must submit detailed plans, safety data, and demonstrate relevant experience and commitment to small business participation. The estimated construction magnitude is between $25,000,000 and $100,000,000.
Attachment O - PNSY B300 HAZMAT Report_Rev 1.pdf
PDF17313 KBApr 1, 2026
AI Summary
Mabbett & Associates, Inc. conducted a pre-renovation hazardous building materials survey for the B300 Roof and HVAC Repair project at the Portsmouth Naval Shipyard in Kittery, Maine. The survey, performed in June and October 2023, assessed the presence of asbestos-containing materials (ACMs), lead-containing paint (LCP), RCRA 8 metals, and other hazardous materials (OHMs) in areas impacted by electrical, HVAC, fire protection system upgrades, and roof replacement. Key findings include the identification of two ACMs (gray sealant and stick pin adhesive) and varying concentrations of lead, cadmium, and chromium in paint samples, with none exceeding the HUD threshold for lead. Dust wipe samples revealed RCRA 8 metals above laboratory reporting limits. PCB analysis of building materials showed concentrations below the TSCA regulated threshold. The report recommends professional abatement for ACMs, proper handling and disposal of paint and dust containing heavy metals, and appropriate disposal or recycling of universal wastes and OHMs identified during the visual inventory.
Attachment N - PNSY B300 MOD 1 HAZMAT Report.pdf
PDF4866 KBApr 1, 2026
AI Summary
Mabbett & Associates, Inc. conducted a hazardous building materials survey for the B300 Roof and HVAC Repair Mod 1 project at Portsmouth Naval Shipyard in Kittery, Maine. The survey, performed on July 25, 2024, evaluated first and second-floor office areas and a modular unit for asbestos-containing materials (ACMs), lead-containing paint (LCP), and polychlorinated biphenyls (PCBs). While no asbestos was detected in the six bulk samples collected, two paint chip samples showed concentrations of heavy metals (chromium and lead) indicating risk. Nine PCB building material samples were collected, with two (gray sealant from HV07 and red duct sealant from DH3 Duct) showing PCB content below the TSCA regulated material threshold, classifying them as non-TSCA regulated PCB Bulk Product Waste. The report recommends reviewing these findings before renovation activities and handling any undisturbed suspect materials as hazardous until proven otherwise, emphasizing worker safety and waste disposal in accordance with regulations.
N4008526R0029 0006.pdf
PDF193 KBApr 1, 2026
AI Summary
Amendment 0006 for solicitation N4008526R0029 concerns the B300 Waterfront Machine Shop Roof & HVAC Repair at Portsmouth Naval Shipyard. Key updates include an extension of the proposal due date to March 26, 2026, revised evaluation criteria for Factor 2 (Management Approach & Schedule), and the provision of a Hazardous survey by Mabbett and Associates as an attachment. The amendment also addresses numerous pre-proposal inquiries (PPIs), clarifying details on site access, parking, equipment use, material storage, roof access, badging, photography, demolition, structural work, construction sequencing, interior protections, insurance requirements, building occupancy, noise constraints, and hazardous material abatement. Specific guidance is provided for various technical aspects, including conduit routing, structural repairs, HVAC and plumbing work, and insulation. The AISC certification can be waived, and prevailing wage rates are referenced. The project emphasizes adherence to specifications and drawings for hazardous materials and construction processes.
N4008526R0029 0002.pdf
PDF9829 KBApr 1, 2026
AI Summary
Amendment 0002 to Solicitation N4008526R0029, issued by NAVFACSYSCOM MID-ATLANTIC, revises the evaluation criteria for the "B300 Waterfront Machine Shop Roof & HVAC Repair" project at Portsmouth Naval Shipyard, Kittery, Maine. The proposal due date remains March 24, 2026. This amendment updates site visit information, including access instructions and safety requirements. It details changes to the "Instructions to Proposers," outlining general procurement and contract overviews for this unrestricted, firm-fixed-price construction contract, estimated between $25M and $100M. The document specifies evaluation factors: Corporate Experience, Management Approach & Schedule, Safety, Past Performance, and Small Business Utilization and Participation. Detailed submission requirements for price and non-price factors are provided, emphasizing criteria for project relevance, safety rates (DART and TCR), and small business commitments. The importance of accurate and complete proposal submissions via the PIEE Solicitation Module is stressed, along with instructions for pre-proposal inquiries.
N4008526R0029 0001.pdf
PDF9640 KBApr 1, 2026
AI Summary
Amendment 0001 to Solicitation N4008526R0029, effective February 4, 2026, extends the proposal due date to March 24, 2026 EDT and provides crucial site visit information. This solicitation is for a Firm-Fixed Price (FFP) Construction Contract for Design-Bid-Build (DBB) B300 Waterfront Machine Shop Roof & HVAC Repair at Portsmouth Naval Shipyard, Kittery, Maine, with an estimated magnitude of $25,000,000 to $100,000,000. Proposals will be evaluated based on price and non-cost factors: Corporate Experience, Management Approach & Schedule, Safety, Past Performance, and Small Business Utilization. Site visit details, including base access instructions and required forms (Attachment K - SECNAV 5512, Attachment L - DBIDS 5500b), are provided. Proposals must be submitted electronically via the PIEE Solicitation Module by the deadline. Pre-proposal inquiries are due 14 days prior to the closing date.
Attachment E - Construction Experience Project Data.pdf
PDF105 KBApr 1, 2026
AI Summary
Attachment E, titled "CONSTRUCTION EXPERIENCE PROJECT DATA SHEET," is a critical component of the DBB, B-300 Waterfront Machine Shop Roof & HVAC Repair RFP (N40085-26-R-0029) for PNSY, NCTS Kittery, Maine. This document requires offerors, joint ventures, or other entities to detail their relevant construction experience. Key information requested includes the firm's contact details, UEI and Cage Codes, and whether work was performed as a prime or sub-contractor. It also asks for contract specifics such as number, title, location, award and completion dates, type of work (e.g., new construction, renovation, repair), and contract type (e.g., Firm-Fixed Price, Design-Build). A significant section requires a detailed description of the project's relevancy to the RFP requirements, including unique features and construction methods, and a description of work self-performed by the firm. This attachment is essential for evaluating a bidder's qualifications and experience for the specified repair project.
Attachment D - Price Proposal Form.pdf
PDF194 KBApr 1, 2026
AI Summary
This government price schedule outlines the costs for the B300 Roof and HVAC Repair project, which involves extensive upgrades and repairs to Building 300's roof, mechanical, electrical, fire sprinkler, and fire alarm systems. The base price (CLIN 0001) covers all work, including hazardous material abatement, roof removal and installation, fire pump room construction, truss reinforcement, demolition and installation of fire protection and fire alarm systems, electrical upgrades, HVAC demolition and installation, civil work, switchgear replacement, and cybersecurity. The document also details twelve option items (CLINs 0002-0013) for additional hazardous material abatement and various wiring installations. Award will be based on the total sum of CLIN 0001, with options evaluated by adding their prices to the base total. The government reserves the right to exercise options within 365 days, extending the contract completion date by 90 days if options are exercised. All prices must be firm-fixed, and offers may be rejected if materially unbalanced.
Attachment A2 - PNSY B300 Roof and HVAC Repairs - Specifications.pdf
PDF15891 KBApr 1, 2026
AI Summary
This document outlines the "B300 Roof and HVAC Repair" project at Portsmouth Naval Shipyard, managed by Weston & Sampson Engineers, Inc. The project, under NAVFAC Contract No. N-40085-23-F-5097, involves replacing the existing ballasted membrane roof with a TPO membrane and upgrading the HVAC system, including removing old air-handling units and installing new floor-mounted air rotation units (ARUs) and roof-mounted energy recovery units (ERVs). It also covers replacing the steam to hot water plant, upgrading the fire alarm and mass notification system, installing a new wet-pipe sprinkler system with a diesel fire pump, and replacing portions of the 480V electrical distribution system. Structural reinforcement for new rooftop equipment and hazardous material abatement are included. Project options involve installing two-story pre-manufactured modular facilities in Bay 1 West and Bay 2 West, complete with electrical, HVAC, fire protection, and telecommunication utilities.
N4008526R0029 0003.pdf
PDF2069 KBApr 1, 2026
AI Summary
The Standard Form 30 (SF-30) is a crucial government document used for amending solicitations and modifying contracts or orders. It outlines the procedures for acknowledging amendments, extending offer receipt deadlines, and detailing changes to existing agreements. The form specifies methods for contractors to acknowledge amendments, such as returning copies or referencing the amendment in their offers. It also provides sections for accounting data, contract modification types (e.g., change orders, administrative changes, supplemental agreements), and a detailed description of the amendment or modification. Both the contractor and the contracting officer are required to sign and date the document, ensuring all terms and conditions of the original document remain in effect unless explicitly changed.
Attachment L - DBIDS 5500b.docx
Word715 KBApr 1, 2026
AI Summary
The DBIDS ACCESS REQUEST FORM (NAVSHIPYD PTSMH 5500) is used to request installation access for personnel at Portsmouth Naval Shipyard. It requires submission of information for the individual seeking access, including their full name, title, phone number, and company name. The form also gathers details about the company requesting access, such as its corporate legal name, address, phone number, local point of contact, and whether any personnel are foreign nationals. It specifies the desired timeframe of access and requires sponsor information from shipyard personnel, including the sponsor's name, organization, title, phone number, and email. The form also requests the contract or project number and its access expiration date. All company access requests are to be submitted to PNSDBIDS@navy.mil.
Attachment K - SECNAV 5512.pdf
PDF330 KBApr 1, 2026
AI Summary
The SECNAV 5512/1 form,
N4008526R0029.pdf
PDF7792 KBApr 1, 2026
AI Summary
The Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFACSYSCOM MID-ATLANTIC) issued Solicitation N4008526R0029, a Request for Proposal (RFP) for the B300 Waterfront Machine Shop Roof & HVAC Repair project at Portsmouth Naval Shipyard in Kittery, Maine. This project, valued between $25,000,000 and $100,000,000, involves removing and replacing the existing roof system, HVAC systems with RCRA 8 metal depositions, fire alarm, mass notification, and fire sprinkler systems, and electrical infrastructure. It also includes hazardous material abatement (RCRA 8 dust and asbestos) and site improvements. The contract is a Firm-Fixed Price for Construction Services, with a mandatory performance period of 925 calendar days after award. Proposals are due by March 2, 2026, and will be evaluated on price and non-price factors including Corporate Experience, Management Approach & Schedule, Safety, Past Performance, and Small Business Utilization and Participation. A minimum of 20% small business participation is required. The solicitation emphasizes detailed submission requirements, including specific forms for project data, small business commitments, and financial information.
N4008526R0029 0004.pdf
PDF17030 KBApr 1, 2026
AI Summary
Amendment 0004 to Solicitation N4008526R0029, issued by NAVFACSYSCOM MID-ATLANTIC, details the B300 Waterfront Machine Shop Roof & HVAC Repair project at Portsmouth Naval Shipyard, Kittery, Maine. This amendment, effective February 25, 2026, incorporates Pre-Proposal Inquiry responses, adds DFARS clauses 252.204-7021 and 252.204-7025, and revises site visit instructions. The proposal due date remains March 24, 2026. The project involves replacing the roof and HVAC systems in a manufacturing facility, including hazardous material abatement. The solicitation, an unrestricted Firm-Fixed Price construction contract valued between $25M and $100M, emphasizes a best-value award based on corporate experience, management approach, safety, past performance, and small business utilization, with price being approximately equal to non-price factors. Key requirements include detailed proposals on experience, a critical path schedule, safety metrics (DART/TCR rates), and a minimum 20% small business participation commitment. Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required for all information systems handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 28, 2026
amendedAmendment #1Feb 4, 2026
amendedAmendment #2Feb 13, 2026
amendedAmendment #3Feb 19, 2026
amendedAmendment #4Feb 25, 2026
amendedAmendment #5Mar 10, 2026
amendedAmendment #6Mar 19, 2026
amendedAmendment #7Mar 24, 2026
amendedAmendment #8Mar 26, 2026
amendedLatest AmendmentApr 1, 2026
deadlineResponse DeadlineApr 16, 2026
expiryArchive DateApr 1, 2027

Agency Information

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

Point of Contact

Name
Mary Pool

Official Sources