CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Type: Special Notice
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 MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting bids for the CEP-200 and 209 Office Renovations at Naval Station Norfolk in Virginia. This project involves significant renovations and alterations to existing office spaces, with a focus on compliance with specific project specifications, including the removal of underground electrical and telecommunication elements post-project completion. The procurement is set aside for small businesses, emphasizing the federal government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their proposals by June 3, 2025, at 1400 local time, and can direct inquiries to primary contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or secondary contact Kathryn Arnold at kathryn.arnold@navy.mil.

    Files
    Title
    Posted
    The PWD Norfolk Facilities Engineering and Acquisition Division has issued a design revision for the CEP 200 and 209 Office Renovations project, scheduled for 25 April 2025. This document details revisions to construction drawings and specifications in response to previously identified project issues (PPIs). Key updates include new structural plans for RTU support in CEP 200, phased renovation plans, updated demolition plans for partial floors in both buildings, and various mechanical and electrical revisions. Additionally, several specifications regarding firestopping and modular buildings have been revised to comply with project requirements. The document emphasizes the maintenance of occupant safety during renovations, outlining contractor responsibilities for phased construction, potential disruptions, and ensuring compliance with safety codes. This revision serves to ensure the successful execution of the office renovations, highlighting necessary adjustments to drawings and specifications, as well as the importance of adherence to safety standards and effective communication with contractors. Overall, this project reflects the government's commitment to enhancing facility functionality while ensuring safety and code compliance during operations.
    The document outlines a solicitation for the renovation of office spaces (CEP-200 & 209) at Naval Station Norfolk, Virginia, under Solicitation No. N4008525R2622. This project, part of the Indefinite Delivery/Indefinite Quantity multiple award construction contract, includes renovating office suites, replacing flooring and ceilings, demolishing selected walls, and installing new furniture. Additionally, two temporary trailers for office space will be constructed. The estimated budget ranges from $1,000,000 to $5,000,000, with a contract completion timeframe of 750 calendar days. Only designated contractors are eligible to submit proposals, and proposals must be submitted electronically by May 30, 2025. A site visit is scheduled for April 2, 2025. The evaluation of proposals will focus on price, with the contract awarded to the responsible offeror with the lowest bid. Liquidated damages apply for delays, and contractors must adhere to wage rate requirements. The document emphasizes the importance of compliance with various federal acquisition regulations and outlines necessary proposal submission procedures, including bonding requirements and proposal acceptance conditions. Overall, this solicitation serves to engage qualified contractors for essential renovations at a federal military facility.
    This document is an amendment to a solicitation for a contract titled "CEP-200 & 209 OFFICE RENOVATIONS, NAVAL STATION NORFOLK, VIRGINIA" under solicitation number N4008525R2622. Issued by NAVFAC Mid Atlantic on April 16, 2025, the amendment highlights two main changes: it provides a site visit log and extends the proposal due date from April 25, 2025, to May 30, 2025, at 1400 local time, stressing that late proposals will not be considered. The amendment invites contractors to acknowledge receipt in various ways, indicating the importance of adhering to procedural compliance. Overall, the document outlines necessary administrative changes while ensuring that all other terms and conditions related to the contract remain unchanged, emphasizing procedural integrity in the federal procurement process.
    The document details an amendment to a solicitation and modification of a contract for the renovation of offices at Naval Station Norfolk, Virginia. The amendment addresses inquiries from potential bidders, extending the due date for pre-proposal inquiries, and presenting design revisions necessary due to these inquiries. A total of 79 pre-proposal inquiries were responded to, covering specifications, materials acceptability, system requirements, and contractor responsibilities. Key changes include the acceptability of specific materials, details on mechanical systems, and clarifications on required preparations for existing structures. The amendment emphasizes adherence to the Buy American Act, ensuring all materials meet governmental guidelines. Overall, it aims to streamline the bidding process by clarifying contractor responsibilities and project expectations, thus fostering compliance with federal procurement standards while enhancing project efficiency.
    This document serves as an amendment to the solicitation N4008525R2622, concerning the CEP-200 & 209 Office Renovations at Naval Station Norfolk, Virginia. The amendment, effective from May 28, 2025, includes responses to additional Pre-Proposal Inquiries (PPIs) and extends the proposal submission deadline from May 30, 2025, to June 3, 2025, at 1400 local time. Notably, it clarifies that fire alarms are not required for temporary trailers and that all underground electrical and telecommunication elements must be removed post-project completion. It also confirms various project specifications, such as the thickness of existing slabs and the requirements for roof installations, ensuring contractors bid accurately. The amendment emphasizes compliance and thorough communication for contractors, reinforcing that late proposals will not be accepted. This document reflects the federal government's structured approach to managing complex construction contracts, ensuring clarity and adherence to project specifications for all bidding contractors.
    The document provides a list of attendees, their organizations, positions, contact information, and other details for a proposal related to the NSN, CEP-200 & 209 Office Renovations, with a due date of April 25, 2025. The meeting involves various specialists from NAVFAC and construction companies such as Macsons, Inc. and Virtexco, among others. The document also includes project specifications and a cut-off date for submissions on April 11, 2025.
    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
    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.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    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.
    NAO HQ Emergency Operations Center Repairs and Upgrades
    Dept Of Defense
    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.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Replace Main Switch Station at CAD-538
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM MID-ATLANTIC, is soliciting bids for the replacement of the Main Switch Station at Cheatham Annex in Williamsburg, VA. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The successful contractor will be responsible for the repair or alteration of utility systems, which are critical for maintaining operational efficiency at the facility. Interested parties can find more details by logging into https://piee.eb.mil and searching for solicitation number N4008525R2698. For inquiries, contact Mim Kesler at Mim.c.kesler.civ@us.navy.mil or Maurice Muse at Maurice.n.muse.civ@us.navy.mil.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA
    Dept Of Defense
    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.
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    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 (NAVFACSYSCOM 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 (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    NNSY BLDG 171 Replace Distribution IX
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the replacement of Distribution IX at Building 171. This project falls under the NAICS code 236210, which pertains to Industrial Building Construction, and involves the repair or alteration of utilities as classified under PSC code Z2NZ. The successful contractor will play a crucial role in enhancing the infrastructure necessary for naval operations. Interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number N4008526R0009. For inquiries, potential bidders may contact Nakia Gregory at nakia.e.gregory.civ@us.navy.mil or by phone at 757-396-2137.