DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
ID: N4008525R0102Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS (Z2EZ)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This amendment to solicitation N40085-25-R-0102 for Building 171 Machine Shop Repairs at Norfolk Naval Shipyard updates crucial information for offerors. Key changes include updating the point of contact to Kristy Gerrek (kristy.l.gerrek.civ@us.navy.mil), revising the deadline for Pre-Proposal Inquiries to November 24, 2025, at 2:00 PM EST, and modifying price solicitation submittal requirements to include an additional certification for 252.204-7017. Furthermore, it incorporates site visit details for November 19, 2025, at 1300, with a strict limit of three visitors per MACC holder and a requirement to submit a revised SECNAV 5512 form by November 12, 2025, at 4:00 PM EST. All other terms and conditions remain unchanged.
    Amendment 0003 to Solicitation N40085-25-R-0102 for Building 171 Machine Shop Repairs at Norfolk Naval Shipyard updates critical site visit information. The site visit is scheduled for Wednesday, November 19, 2025, with attendees required to arrive at the Pass Office (2900 Effingham Blvd, Bldg. 1502, Portsmouth, VA) at 0900. Participants must email Kristy Gerrek (kristy.l.gerrek.civ@us.navy.mil) a list of names and companies by November 13, 2025, with each MACC holder limited to three visitors. Importantly, Attachment H – SECNAV 5512, previously required, is no longer needed. Attendees must bring a photo ID (REAL ID, CAC, or DBIBs) and proof of U.S. citizenship (e.g., birth certificate, unexpired U.S. Passport). Transportation will be provided from the Pass Office to the site visit location after badge acquisition. This amendment ensures offerors have the latest details for accessing the shipyard and attending the site visit.
    Amendment 0004 for solicitation N4008525R0102, concerning Building 171 Machine Shop Repairs at Norfolk Naval Shipyard, has been issued. This amendment extends the proposal due date to December 9, 2025, at 2:00 PM EST, and updates the Pre-Proposal Inquiries (PPIs) due date to December 2, 2025, at 2:00 PM EST. Offerors must submit all PPIs in writing via email to Kristy Gerrek and Catharine Keeling using the provided PPI form. Additionally, Amendment 0004 includes Attachment J, consisting of site visit pictures, and Attachment K, the site visit log for Building 171. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0006 for solicitation N4008525R0102 addresses repairs for Building 171 Machine Shop at Norfolk Naval Shipyard. Key updates include extending the proposal due date to January 14, 2026, and revising general requirements, especially for Factor 1 – Technical Solutions. Offerors must submit a Technical Approach Narrative and a Labor Force Narrative, each not exceeding eight pages, along with a Critical Path Method (CPM) schedule. The amendment also provides responses to numerous pre-proposal inquiries, clarifying scope, repair methods, material requirements, and site access. Important points covered include retaining existing wood block floors with shims, the scope of operable window replacements, and specific requirements for painting certifications and roof warranties. The anticipated award date is February 10, 2026. This amendment ensures clarity and provides necessary extensions for a comprehensive proposal submission.
    Amendment 0001 to Solicitation N40085-25-R-0102 for Building 171 Machine Shop Repairs at Norfolk Naval Shipyard extends the proposal due date from November 4, 2025, to December 2, 2025, at 2:00 PM EST. Additionally, the amendment incorporates an updated Wage Determination, VA20250161 Modification 5, dated October 3, 2025, which is attached separately. Offerors must acknowledge this amendment via specified methods to ensure their proposals are considered, with failure to do so potentially resulting in rejection. This document outlines the administrative changes to the solicitation, including the requirement for contractors to sign and return copies of the amendment.
    Amendment 0005 for solicitation N40085-25-R-0102, concerning Building 171 Machine Shop Repairs at Norfolk Naval Shipyard, extends the proposal due date from December 9, 2025, to December 22, 2025. This amendment requires offerors to acknowledge its receipt to avoid rejection of their offers. All pre-proposal inquiries must be submitted via email to Kristy Gerrek and Catharine Keeling ten calendar days before the new proposal due date. The document also outlines procedures for amending solicitations and modifying contracts, emphasizing that all other terms and conditions remain unchanged. The amendment details how contractors can submit changes to already submitted offers via telegram or letter, provided they are received before the opening hour and date.
    This document, General Decision Number: VA20250161, outlines prevailing wage rates and labor standards for building construction projects in Portsmouth, Virginia, effective October 3, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts, with annual adjustments. The document provides specific wage and fringe benefit rates for various crafts, including Asbestos Workers, Boilermakers, Bricklayers, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Pipefitters, Plumbers, Carpenters, Cement Masons, Glaziers, Laborers, and Painters. It also addresses Executive Order 13706 regarding paid sick leave for federal contractors. The file includes guidance on appealing wage determinations, distinguishing between union, union average, and survey-based rates, and provides contact information for the Wage and Hour Division of the U.S. Department of Labor.
    The document appears to be a collection of caution labels or signs, potentially for equipment or areas within a facility. The visible elements include "OVENS DO NOT", "CAOnOH" (likely a misspelling or partial view of "CAUTION"), "HAND-BALL", and "HAND RAIL". Given the context of government RFPs, federal grants, and state/local RFPs, these snippets suggest a focus on safety, operational instructions, or facility management. The document's purpose is to highlight specific warnings or instructions, likely related to equipment operation (ovens), general safety (caution), and physical structures (hand-rail), indicating a need for adherence to safety protocols or operational guidelines within a government-funded project or facility. This could be part of a larger safety manual, equipment specification, or facility maintenance plan within a government contract.
    The document is a Site Visit Log for Solicitation/Contract/Task Order No. N4008525R0102, titled "BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA." The site visit was held on November 19, 2025, at 10:00 a.m., with attendees meeting at the Pass Office at 9:00 a.m. The proposal due date is December 09, 2025, at 2:00 p.m. The log lists registered attendees, including representatives from NAVFAC (Contract Specialist, Design Manager, Project Manager, Construction Manager) and various private companies such as Sauer, Harkins, Resolite, Polynx, Hurricane Glass and Mirror, Belle General Contracting, Patuxent, SB Ballard Construction Company, D&D Mechanical, Power Component System, Summit Fire and Security, and Atlantic Environmental Construction. This log serves as a record of interested parties attending the pre-proposal site visit for this specific government contract for repairs at the Norfolk Naval Shipyard.
    The Navy seeks small business firms capable of undertaking construction services for the repair and modernization of Building 171 at the Norfolk Naval Shipyard, which plays a vital role in supporting naval machine shop functions. This sources sought notice, intended to assess available market capacity, emphasizes that it is not a solicitation for bids. The project will enhance critical operations related to nuclear submarines and aircraft carriers, focusing on addressing structural and mechanical deficiencies, including roof repairs, structural reinforcement, electrical system upgrades, and life safety enhancements, with an estimated construction cost between $10 million and $25 million. The notice invites service-disabled veteran-owned, women-owned, and other small businesses to demonstrate their capabilities, with submissions highlighting relevant prior experience, bonding capacity, and business status. Responses must be submitted electronically by July 28, 2025, to aid the government in determining whether a set-aside for small businesses is appropriate. The information will remain confidential and will be used solely for market research purposes. The anticipated contract award date is December 2026.
    The document is a "Sources Sought – Contractor Information Form" aimed at collecting general information about contractors for federal government requests for proposals (RFPs), grants, and local RFPs. Contractors are asked to complete various fields including their DUNS number, CAGE code, firm name, contact information, and type of business. The form also requests details about the contractor's bonding capacity, including the name of the surety and maximum bonding limits per project and overall aggregate. The structure of the form is straightforward, with sections for information gathering and an area for additional clarifications. This form is essential for assessing contractor eligibility and capabilities in responding to government solicitations, thereby facilitating successful procurement processes in line with federal and state regulations.
    The Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC) has issued Solicitation N40085-25-R-0102 for an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects, primarily in the Hampton Roads Area of Responsibility (HR AOR), Virginia. This specific solicitation is for "Building 171 Machine Shop Repairs" at the Norfolk Naval Shipyard in Portsmouth, VA. The project, estimated between $10,000,000 and $25,000,000, involves repairing and modernizing Building 171, which supports critical subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. The scope includes roof repairs, structural strengthening, electrical upgrades, exterior wall repairs, window repair/replacement, and life safety upgrades. The completion deadline is 630 calendar days. Proposals are due by November 4, 2025, at 2:00 PM ET and will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, considering Technical Solutions and Past Performance.
    The SOURCES SOUGHT – PROJECT INFORMATION FORM is a standard template utilized by contractors to present relevant project experience in response to federal and local RFPs. Contractors are required to complete one form per project submitted, with a limit of five projects. The form captures essential details, including contractor name, project number, contract particulars, type of work, and completion statistics. It requests contact information for the customer or owner and delineates the contractor's role as either prime or subcontractor. Additionally, it queries the type of contract employed—such as Design-Build or Design-Bid-Build—and requires a detailed project description alongside the percentage of work self-performed by the contractor. The structure of the form promotes thorough documentation of a contractor's capabilities and experience to aid in the evaluation process for government proposals. Overall, the primary purpose of this form is to facilitate the collection of information that demonstrates a contractor's qualifications and past performance relevant to upcoming government-funded projects.
    The provided document is not a government file, RFP, or grant. Instead, it is an error message indicating that the user's PDF viewer may not be able to display the document's content. It suggests upgrading to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. Therefore, there is no government-related content to summarize or analyze in this file.
    Similar Opportunities
    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.
    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.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The contract aims to support significant general, industrial, and waterfront construction projects, with an estimated construction magnitude ranging from $1,000,000 to $50,000,000. This procurement is crucial for maintaining and upgrading naval facilities, ensuring they meet current operational and safety standards. Interested contractors should direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or call 757-322-4749, and must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadlines.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project, a construction initiative aimed at installing hydraulic dock leveling systems at Building 6 in Newport, Rhode Island. This project is a total small business set-aside with an estimated contract value between $100,000 and $250,000, requiring contractors to provide all necessary materials, equipment, labor, and supervision. The performance period for the contract is set at 160 calendar days post-award, with a mandatory site visit scheduled for December 16, 2025, and proposals due by January 12, 2026, at 2:00 PM EST. Interested parties should contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil for further details and must ensure they are registered in SAM.gov to participate in the solicitation process.
    DB/DBB, IDIQ Multiple Award Construction Contract (MACC) Large Projects Hampton Roads AOR, VA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is conducting market research to identify eligible small businesses for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) for large projects in the Hampton Roads Area of Responsibility, Virginia. This contract will encompass a variety of construction services, including new construction, demolition, repair, alteration, and renovation of various facilities, with an estimated total construction cost of up to $975 million over five years. Interested small businesses must demonstrate relevant experience as prime contractors on projects valued at $30 million or more, with specific requirements for bonding capacity and project complexity. Responses are due by January 2, 2026, and should be submitted electronically to Ashlee Beggs at ashlee.r.beggs.civ@us.navy.mil.
    DESIGN-BUILD P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NSA NORFOLK, VA
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at NSA Norfolk, Virginia. This procurement aims to construct a facility valued between $100 million and $250 million, utilizing a two-phase selection process that evaluates technical approaches, past performance, and safety measures in Phase I, followed by technical solutions and pricing in Phase II for selected offerors. The project is critical for enhancing NATO operations and requires contractors with substantial experience in various construction types and robust safety plans. Interested parties must submit their proposals, including a completed Past Performance Questionnaire and relevant documentation, by the specified deadlines, with inquiries directed to Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    P-222: DBB MQ-25 AIRCRAFT LAYDOWN FACILITIES, NSN, VA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified contractors for the construction of the DBB MQ-25 Aircraft Laydown Facilities in Norfolk, Virginia. This procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to establish essential facilities for the MQ-25 aircraft operations. The project is critical for enhancing naval aviation capabilities and ensuring operational readiness. Interested parties should contact Catharine Keeling at catharine.a.keeling@navy.mil or call 757-341-0150 for further details, and are encouraged to review the attached sources sought information for additional requirements.