Military Construction Project (MILCON) P732 Design-Bid-Build, Electrical Distribution System Upgrades (Gosport Substation Only) at Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia.
ID: N6247026R0015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P732, which involves the Design-Bid-Build of Electrical Distribution System Upgrades at the Gosport Substation within the Norfolk Naval Shipyard in Portsmouth, Virginia. The project aims to replace and enhance the capacity of primary power service components, modernize the SCADA system, and connect primary feeders, with an estimated construction magnitude between $100 million and $250 million and a total contract duration of 1825 days. Proposals will be evaluated based on price and several non-price factors, including construction experience, safety, schedule, small business participation, and past performance, with a minimum of 20% small business participation required. Interested contractors must submit their electronic proposals via the PIEE Solicitation Module by March 2, 2026, at 3:00 PM local time, and can direct inquiries to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Jennifer W. McDonald at jennifer.w.mcdonald2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "FY26 P-732 ELECTRICAL DISTRIBUTION SYSTEM UPGRADES GOSPORT TIE STATION NORFOLK NAVAL SHIPYARD - PORTSMOUTH, VIRGINIA" project. It details an extensive range of civil, structural, architectural, fire protection, mechanical, electrical, and telecommunications plans. Key aspects include demolition and erosion control, utility plans, pavement marking, grading and drainage, hazardous materials management, and life safety plans. The electrical section focuses on existing and proposed distribution systems, including one-line diagrams, switchgear elevations, panel schedules, and cable routing. Telecommunications covers existing and demolition one-lines, special systems, and SCADA point lists, with detailed plans for manholes, conduits, and equipment. The project involves comprehensive infrastructure upgrades and modernizations at the Norfolk Naval Shipyard.
    This government file outlines civil, utility, and site-specific notes for the Electrical Distribution System Upgrades at the Norfolk Naval Shipyard in Portsmouth, Virginia, specifically for the Gosport Tie Station. It details general civil requirements, including inspections, permits, adherence to government codes, and procedures for discrepancies. The document provides extensive notes on existing conditions, site demolition, utility demolition, and utility installation, emphasizing coordination with the Contracting Officer, protection of existing infrastructure, and immediate notification of issues. Key aspects cover traffic control, erosion and sediment control measures, archaeological discovery protocols, and strict adherence to safety and environmental regulations, including the Virginia Erosion and Sediment Control Handbook. It also defines access and staging requirements, personnel and vehicle security clearances, and proper handling of potentially contaminated soil. The project's goal is to upgrade and replace the tie station to support the power demand of the shipyard, with a total disturbed area of 3.67 acres.
    The document details the "Electrical Distribution System Upgrades" project at the Norfolk Naval Shipyard in Portsmouth, Virginia, specifically for the Gosport Tie Station. It includes several plans for pavement marking and signage across different areas (101-104), alongside detailed diagrams of existing infrastructure. The plans outline various features such as sanitary sewer manholes (SSMH) with rim and invert elevations, communication manholes, electrical and steam infrastructure, buildings with floor elevations (FFE), fuel tanks, and various utility lines (steam, air, oxygen, propane, raw water, sludge, fiber ducts). The document also notes existing conditions like abandoned structures, inaccessible manholes, surcharged lines, and areas under construction. Key elements include fire lane markings, stop signs, parking space striping, and existing power poles and lighting. This comprehensive documentation is crucial for planning and executing upgrades to the electrical distribution system, ensuring compliance, safety, and operational efficiency.
    This government file outlines the structural general notes, design standards, loads, geotechnical information, and material specifications for an electrical distribution system upgrade project at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project adheres to the International Building Code 2021, Unified Facilities Criteria, and various other industry standards. Key design loads include a risk category IV, collateral loads on roofs and elevated floors, specific live loads for various areas, and detailed rain, snow, wind, and earthquake loads. Geotechnical data from a May 2025 report by Terracon Consultants, Inc. specifies soil characteristics, lateral earth pressure, slab design parameters, and frost depth, along with design capacities for 14-inch open-ended pipe piles. Material specifications cover reinforced concrete (minimum 28-day compressive strengths ranging from 4,500 to 5,000 PSI) and structural and miscellaneous steel, including specific grades for shapes, plates, bolts, and welding requirements. The document also includes structural symbols, legends, abbreviations, and a wind pressure table for components and cladding.
    The NNSY-P732 project aims to replace the existing Gosport Tie Station (GTS) with a new one that can handle future loading requirements and integrate with a Dominion Energy-owned Gosport Industrial Substation (GIS). The project requires close coordination with Dominion Energy for interconnection, testing, and protection requirements. The new GTS switchgear must operate in a closed-loop configuration with a single utility transformer in service, allowing for temporary paralleling with a password. The Combined Heat and Power (CHP) plant will parallel with main feeders, with logic to drop offline or island during utility feeder faults. The SCADA system will integrate with the existing HSQ system and transition to a future SEL-based system, providing real-time data, status, and control with password protection. A Master Integrator will be responsible for relay protection control logic, SCADA/HMI programming, and system studies, coordinating with CHP operations and updating existing models.
    This document outlines the telecommunications, SCADA (Supervisory Control and Data Acquisition), and security system requirements for the Electrical Distribution System Upgrades at the Gosport Tie Station within the Norfolk Naval Shipyard. It includes a comprehensive list of abbreviations, general notes for both outside and inside plant work, and detailed specifications for underground utility coordination, cable installation, and horizontal cabling routing to meet EIA/TIA standards. The project emphasizes close coordination with existing utilities, hand-digging protocols near known utilities, and specific slack requirements for fiber and copper cables in manholes. Additionally, the document provides detailed rack elevations, communication one-line diagrams, and power one-line diagrams for the SCADA system, including relay, meter, and control device connectivity. A SCADA camera schedule and naming convention are also provided, specifying panoramic cameras with POE. The scope of work for master integrators includes building graphics to support substation data, alarms, and controls on a station-wide one-line display, ensuring comprehensive monitoring and control capabilities.
    The document is a Pre-Proposal Inquiry Submission Form for SOLICITATION N62470-26-R-0015, which concerns a Military Construction Project (MILCON) P732. This project involves a Design-Bid-Build for Electrical Distribution System Upgrades, specifically targeting the Gosport Substation Only at Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The form is structured to allow for reference, question, section, paragraph, submitted by, and date submitted fields, indicating its purpose is to collect inquiries related to the solicitation for the electrical infrastructure upgrade project.
    The Construction Experience Project Data Sheet (Attachment B) is a critical component for government contractors bidding on federal, state, and local RFPs, grants, and proposals. Its purpose is to gather detailed information about a firm's past construction or design projects to assess their experience and qualifications. The form requires offerors to specify whether they are the prime contractor, subcontractor, or part of a joint venture, detailing the percentage of work performed and providing contact information for all involved parties. Key data points include contract numbers, award and completion dates, project titles, locations, and financial details such as award and final prices. The form distinguishes between new construction (in-water or land-based) and other types of work, and between different contract types like Firm-Fixed Price and Cost/Time and Material. It also collects specific information for construction projects (e.g., Design-Build, Design-Bid-Build) and design projects. A crucial section requires a detailed description of the project's relevancy to the current RFP, including unique features, sustainable elements, LEED certifications, and a breakdown of self-performed work. This document ensures that government agencies can thoroughly evaluate a contractor's relevant experience and capabilities.
    Attachment C of solicitation N62470-26-R-0015, for the P732 Electrical Distribution System Upgrades at Norfolk Naval Shipyard, outlines the submittal requirements for past performance evaluations. Offerors must submit a completed CPARS evaluation if available. If not, they must use the provided Past Performance Questionnaire (PPQ) for each project related to Factor 1, Corporate Experience. PPQs should include accurate client contact information and be submitted with the proposal. If a completed PPQ cannot be obtained by the closing date, offerors must submit the first page with contract and client details. The government may use previously submitted PPQ information. The document also includes the NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) for client completion, covering contractor information, contract details, project description, and client information. It details adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for evaluating contractor performance across various categories such as quality, schedule, customer satisfaction, management, cost, and safety.
    Attachment D outlines the requirements for offerors to report historical small business utilization for federal government RFPs, specifically N62470-26-R-0015. This form, mandatory for all businesses (large and small), supports the evaluation of Factor 3, Small Business Utilization and Participation. Offerors must detail their small business achievements for each project submitted under Factor 1, Corporate Experience, using a standardized format. The instructions specify completing project details, actual subcontracted dollar values and percentages, and, if applicable, established goals for various small business categories (e.g., SDB, WOSB, HUBZone, VOSB, SDVOSB). Explanations are required for unmet goals or projects with no small business subcontracting achievement. Key definitions include Total Project Dollar Value, Total Self-Performed Value, and Total Subcontract Value. Percentages must be rounded to the nearest tenth.
    Attachment E – Small Business Participation Commitment Document (SBPCD) is a mandatory form for all offerors, both large and small businesses, to detail their commitment to subcontract with small businesses for RFP N62470-26-R-0015. This document is crucial for evaluating Factor 3, Small Business Utilization and Participation, and only information provided on this specific form will be considered. Offerors must identify their prime contractor size, and if a small business, list applicable socioeconomic categories. The form requires a breakdown of the total contract value, self-performed work, and subcontracted work. A minimum of 20% small business participation is required, with detailed explanations if this threshold is not met. Offerors must also identify small business subcontractors with firm commitments, including the nature of these commitments. If no subcontractors are identified or if a large business does not intend to subcontract, a detailed explanation is required, outlining how proposed small business participation will be achieved or why subcontracting would not be efficient.
    The document outlines a Small Business Subcontracting Plan for Solicitation N62470-26-R-0015, a Military Construction Project for Electrical Distribution System Upgrades at Norfolk Naval Shipyard. This plan, consistent with FAR 19.704 and FAR clause 52.219-9, is mandatory for large businesses and details requirements for subcontracting goals with various small business categories including 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, Alaskan Native Corporations, and Indian Tribes. The plan requires contractors to establish monetary and percentage goals, identify principal products/services to be subcontracted, outline methods for developing goals and identifying potential sources, and specify the administration of the subcontracting program. It also mandates reporting requirements through the Electronic Subcontracting Reporting System (eSRS) and outlines record-keeping obligations to ensure compliance and promote equitable opportunities for small businesses.
    The document is a price schedule for the P-732 Electrical Distribution System Upgrades at Gosport Tie Station, outlining various line items for work, including base price components, unit prices for specific tasks, and option items. The base price covers the overall electrical distribution system upgrades, sitework, foundation piling, pile load tests, removal and disposal of contaminated soils, and provision of fill. Option items include microtunneling work, provision of an Electronic Security System (ESS) with components like IDS, ACS, and Video Systems, and application for discharge coverage under the VPDES General Permit for Dewatering Activities of Contaminated Sites, including the construction of a treatment system.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage roles within the DoD's PIEE Solicitation Module. This platform streamlines the submission and management of solicitations. The guide details step-by-step instructions for new users to create an account and for existing users to add roles like 'Proposal Manager' (required for offer submission) or 'Proposal View Only.' It also provides essential support information for account, technical, and general assistance, including a matrix outlining the actions and functions available for each vendor role.
    This government file details requirements for offerors proposing on commodities within a schedule, specifically focusing on switchgear-related items. Offerors must provide a unit cost (excluding indirect costs and profit) for any commodity they propose. Only those commodities with a proposed unit cost will be subject to price adjustments in accordance with FAR 52.216-4. If no unit cost is proposed, adjustments will not be allowed. The document clarifies that FAR 52.211-18 Variation in Estimated Quantity does not apply, and estimated quantities are solely for administering the clause. Price adjustments are limited to the maximum quantities listed for each item. The schedule includes various switchgear components, cables, conduit, concrete, uninterruptible power systems, and steel piles, each with a specified resource code, description, total quantity, and unit of measure.
    The General Decision Number VA20250161, effective December 12, 2025, outlines prevailing wage rates and fringe benefits for building construction projects in Portsmouth, Virginia. It supersedes VA20240161 and includes specific rates for various trades like Asbestos Workers, Boilermakers, Electricians, Elevator Mechanics, and Ironworkers, among others. The document details paid holidays and vacation policies for certain crafts. It also references Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage requirements for federal contractors, respectively. The file provides guidance on identifying union, union average, survey, and state-adopted wage rates, along with a comprehensive appeals process for wage determination matters, including contacts for the WHD Branch of Wage Surveys, Construction Wage Determinations, and the Administrative Review Board.
    This document, General Decision Number VA20250209, outlines prevailing wage rates and fringe benefits for heavy construction projects in Portsmouth County, Virginia. It details specific rates for various crafts like boilermakers, electricians, power equipment operators (boat and crane), ironworkers, carpenters, cement masons, laborers, and truck drivers. The document also includes important information regarding Executive Orders 13706 (Paid Sick Leave for Federal Contractors) and 13658 (Establishing a Minimum Wage for Federal Contractors), explaining their applicability and contractor requirements. Furthermore, it provides detailed guidance on the wage determination appeals process, including initial contacts for survey-related matters and conformance decisions, as well as procedures for requesting review and reconsideration from the Wage and Hour Administrator and appeals to the Administrative Review Board. The file serves as a critical resource for federal contractors in Virginia, ensuring compliance with labor standards and fair wage practices.
    This government file outlines the requirements for contractors to provide services related to the installation of equipment within a new data center. The project involves various components, including the installation of fire alarm and suppression systems, network infrastructure, security systems, and environmental controls. Key requirements include adherence to industry standards, proper testing, and coordination with other trades. The document emphasizes the importance of a fully integrated system, with specific details provided for power distribution, cooling, and cable management. Contractors must ensure all installations are compliant with relevant codes and regulations, prioritizing both functionality and safety within the data center environment. The proposal seeks a comprehensive solution for the new data center infrastructure.
    This document outlines a solicitation for a procurement opportunity, likely a Request for Proposal (RFP) or a similar government contracting vehicle. It details the process for submitting offers and the criteria for evaluation, emphasizing that the solicitation is subject to change. Key information includes contact details for inquiries, specific instructions for offerors, and the importance of adhering to the stated requirements. The document also highlights that this solicitation is being made available to the public and will be conducted according to specific procurement regulations. It appears to be a formal invitation for businesses to submit proposals for a government contract, underscoring the necessity for thorough understanding and compliance with all terms and conditions.
    The Naval Facilities Engineering Systems Command (NAVFAC) Atlantic has issued Solicitation Number N6247026R0015, a Request for Proposal (RFP) for the P732 Design-Bid-Build, Electrical Distribution System Upgrades (Gosport Substation Only) project at Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. This unrestricted, full and open competition acquisition, under NAICS code 237130 (Power and Communication Line and Related Structures Construction) with a $45 million size standard, seeks to replace and increase the capacity of primary power service components, modernize the SCADA system, and connect primary feeders. The project has an estimated magnitude of construction between $100 million and $250 million and a total contract duration of 1825 days, with an assumed award date of August 28, 2026, and notice to proceed on October 1, 2026. Proposals will be evaluated based on price and several non-price factors: Construction Experience, Safety, Schedule, Small Business Participation, and Past Performance. Non-price factors combined are significantly more important than price. Offerors must submit electronic proposals via the PIEE Solicitation Module by March 2, 2026, at 3:00 PM local time. Key requirements include demonstrating experience in medium voltage substations, electrical ductbank construction, and microtunneling; submitting DART and TCR rates for the past five years along with a safety narrative; providing a Primavera P6 project schedule; and outlining small business participation with a minimum 20% commitment.
    Similar Opportunities
    Loading similar opportunities...