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 the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical upgrades including roof repairs, structural strengthening, electrical enhancements, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, with a completion deadline of 630 calendar days from the start date. Interested contractors must submit their proposals by December 9, 2025, 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 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.
    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 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
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    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.
    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.
    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
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses to provide touch labor support services for shipwrights under the contract titled "Shop 89 Touch Labor Support - Shipwrights." The procurement aims to secure skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support maintenance and repair operations on USS vessels, with a contract period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. This contract is critical for maintaining the operational readiness of naval vessels and ensuring compliance with federal, state, and local regulations. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, and must acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection of their offers.
    PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is preparing to solicit proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity Norfolk, Virginia. This project aims to construct a permanent modular facility that will provide essential administration and operational spaces for NATO JFCNF, including site preparations, utility tie-ins, and various construction services. The contract, valued between $100 million and $250 million, is expected to be awarded by April 2026, with a completion timeline of 730 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. This project aims to enhance the electric and water utility systems critical for supporting nuclear-powered submarines and associated facilities, involving both on-base work and off-base modifications in collaboration with local utility providers. The procurement is unrestricted and will be evaluated based on both price and non-price factors, with a significant emphasis on corporate experience, scheduling, small business utilization, safety, and past performance. Interested contractors must submit their proposals, including various required forms and documentation, by the specified deadlines, and are encouraged to attend a pre-proposal conference on December 16, 2025, for further insights into the project. For additional information, potential bidders can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    NAO HQ Emergency Operations Center Repairs and Upgrades
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to solicit bids for the repair and upgrade of the NAO HQ Emergency Operations Center located in Norfolk, Virginia. The project aims to establish a fully functional Emergency Operations Center (EOC) that will support the District Commander in responding to various emergencies, requiring comprehensive interior renovations, installation of backup power systems, and procurement of necessary furniture and equipment. This procurement is a total small business set-aside, with an estimated construction value between $1 million and $5 million, and the solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website around January 2026. Interested contractors should monitor the PIEE website for updates and are encouraged to contact Amy Coody or Tiffany Kirtsey for further inquiries.
    USS FORREST SHERMAN FY22 EM01 J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the emergent repair of the USS FORREST SHERMAN, with the work to be performed at the Mid Atlantic Regional Maintenance Center in Norfolk, Virginia. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Lyn E. Sylfest at lyn.sylfest@navy.mil or by phone at 757-434-0891 for further details regarding the contract. The opportunity is categorized under PSC code J998, indicating its focus on ship repair services.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia, under Solicitation Number SP0600-25-R-0800. This initiative involves transferring ownership and operational responsibilities of the electric utility system to a contractor, who will be tasked with maintaining and providing reliable utility services to the Government for a potential 50-year contract. The procurement emphasizes a best-value selection process, requiring offerors to submit detailed plans addressing service interruptions, operations and maintenance, and cybersecurity, with evaluation criteria prioritizing technical capability, past performance, and risk. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with inquiries directed to Andrew Urben at andrew.urben@dla.mil or Brandon Moses at brandon.moses@dla.mil.