P111 EDI: Ordnance Magazines, Sigonella, Italy
ID: N6247026R0005Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Building Construction (236210)

PSC

CONSTRUCTION OF AMMUNITION FACILITIES (Y1EA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is soliciting proposals for the construction of ordnance magazines at the Naval Air Station in Sigonella, Italy. This firm-fixed-price, design-bid-build project includes the construction of four reinforced concrete high explosive box-H type magazines, two modular storage magazines, and a high-bay maintenance facility, with a total contract completion time of 1,080 calendar days for the base bid and 1,460 days if options are awarded. The project is critical for enhancing the storage and maintenance capabilities of ammunition facilities, ensuring compliance with safety and operational standards. Interested contractors must register in the System for Award Management (SAM) and adhere to specific Italian certifications, with proposals due by January 20, 2026, at 2:00 PM local time. For further inquiries, contact Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Government Pre-Award Inquiry Form for Solicitation No. N62470-26-R-0006, concerning Project P111 Ordnance Magazines in Sigonella, Italy. Issued in July 2011, it is marked as "SOURCE SELECTION INFORMATION." The form outlines a structured process for handling questions and responses between an offeror and the government, detailing sections for references, specific questions, dates received, government responder names and contact information, and offeror points of contact. This document is a critical component of the federal government's Request for Proposal (RFP) process, designed to facilitate clear communication and ensure all parties have accurate information prior to the award of a contract.
    The provided document is a price schedule outlining costs for Project P111, which involves constructing various facilities, including a reinforced concrete Box-H type Magazine #903, an Ammunition Rework and Overhaul Shop (AROS), a Stand-Alone Forklift Charging Station, and Modular Storage Magazines #910 and #911. The schedule also includes optional items such as constructing additional Box-H type magazines (#904, #902, #901), removing Building #881 (including hazardous materials like asbestos, lead paint, and other special wastes), and providing Furniture, Fixtures, and Equipment (FF&E). The document details line item prices for specific work components, such as foundation piling, pile load tests, proof load testing, and handling geotechnically unsuitable subgrade soil. It specifies quantities in units like
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document for evaluating contractor performance in government solicitations. It requires contractors to provide detailed information about their firm and past projects, including contract specifics, pricing, and a project description. Clients then assess the contractor's performance across various categories such as quality, schedule adherence, customer satisfaction, management, cost control, and safety. Each category uses a five-tier rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with detailed definitions, plus a 'Not Applicable' option. Clients are encouraged to submit the completed questionnaire directly to the offeror for inclusion in their proposal. This form ensures a standardized, objective evaluation of a contractor's past work, aiding government agencies in assessing risk and making informed award decisions for federal grants, RFPs, and state/local projects.
    The "CONSTRUCTION EXPERIENCE PROJECT DATA SHEET" (Attachment D) is a standardized form for offerors, joint ventures, or other entities to detail their construction project experience. It requires information such as the firm's name, contact details, role in the project (e.g., Prime Contractor, Sub Contractor), percentage of work performed, and if a subcontractor, the prime contractor's information. The form also asks for contract specifics including the contract number, title, location, award and completion dates, and type of work (e.g., new construction, renovation, repair). Additionally, it requests details on the contract type (e.g., Firm-Fixed Price, Design-Build), award and final amounts, customer/owner information, and a detailed description of the project's relevance to the RFP requirements, including sustainable features or LEED certifications. Firms must also describe the work they self-performed and provide any other relevant information. This data sheet is crucial for evaluating a contractor's qualifications and experience in government RFP processes.
    The document outlines Work Order No. 1645627, P111-EDI: Ordnance Magazines, for the Naval Air Station - Sigonella, Sicily, Italy. Prepared by NAVFAC ATLANTIC and approved by various specialists, the project's final date is August 27, 2025. It includes a comprehensive list of drawings and a project table of contents covering procurement, general requirements, existing conditions, and various construction divisions such as concrete, metals, thermal protection, openings, finishes, specialties, fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. The code compliance certification attests to adherence to Italian codes and laws. The detailed scope indicates a complex construction and renovation project focused on ordnance magazines, with extensive plans for all architectural, structural, and mechanical systems.
    This document, "P-111 EDI: ORDNANCE MAGAZINES," from NAVFAC Atlantic, outlines the design and construction plans for ordnance magazines at the Naval Air Station, Sigonella, Italy. The comprehensive file details various aspects of the project, including general site information, hazardous materials, geotechnical investigations, demolition, civil engineering, landscape architecture, and extensive electrical and telecommunications systems. It also covers structural plans for "Box H Magazines" and "Navy MSM Magazines," along with mechanical and electrical plans for these structures. Furthermore, the document includes plans for "AROS" (likely a specific building or area) covering general, structural, architectural, interior, fire protection, plumbing, mechanical, electrical, and telecommunications details. Finally, it addresses a "Forklift Charging Station" with structural, architectural, and electrical specifications. The document provides a detailed index of drawings and translations for each section, emphasizing a thorough and multi-disciplinary approach to the construction and design of these facilities.
    The document set, titled "P111 EDI: ORDNANCE MAGAZINES" by the NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND - ATLANTIC, provides comprehensive architectural and engineering plans for ordnance magazines. The files include various types of plans such as landscape key plans (LP001), landscape planting plans (LP101-LP108), and a plant material schedule (LP106). It also features building identification signs (LP501) for facilities like the Ammunition Rework and Overhaul Shop (AROS) and Missile Magazine Facilities, with English and Italian translations. The electrical sections (ES001-ES602) include legends for one-line diagrams and exterior elements, abbreviations, general construction notes, key plans, and detailed panelboard schedules for "SWB-AROS" and "SWB-MAG" with load information. The telecommunications sections (TS101-TS601) consist of key plans, general sheet notes, sheet keynotes, typical duct sections, typical handhole covers, and a telecommunications site riser diagram. All documents are digitally signed and dated November 7, 2025, indicating a future project or a revision of existing plans.
    The document, titled "P111 EDI: ORDNANCE MAGAZINES" by the NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND - ATLANTIC, details a comprehensive project for ordnance magazines. It includes structural plans, elevations, sections, and various details covering elements like stirrups, guardrails, wall reinforcements, construction joints, footings, and drainage. The electrical components are thoroughly addressed, with plans for hazardous zone classification, lighting, power, grounding, bonding, and lightning protection. It specifies details for column grounding, roof-mounted air terminals, grounding reinforcing steel, and door rail bonding. The document also provides a telecommunication floor plan and security riser details. Overall, it outlines a robust and secure design for ordnance magazines, adhering to rigorous structural and electrical safety standards.
    The document, titled "P111 EDI: ORDNANCE MAGAZINES" from the NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND - ATLANTIC, comprises a series of digitally signed pages, primarily technical drawings and schedules. The content consistently focuses on ordnance magazines, detailing various structural and electrical components. Key elements include side and back wall panel elevations, typical panel-to-panel connections, pipe sleeve details, roof panel plans and sections, and panel-to-panel connections at the headwall. The document also includes a panelboard "P1" schedule, general sheet notes, and luminaire schedules with associated notes. The repeated digital signatures across all pages, dated November 7, 2025, indicate formal approval and authentication. This file appears to be a comprehensive set of engineering and design specifications for the construction or modification of ordnance magazines, providing detailed visual and tabular information for the project.
    The document, "P111 EDI: ORDNANCE MAGAZINES," from the NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND - ATLANTIC, outlines comprehensive architectural, structural, and mechanical plans for ordnance magazines. It details building descriptions, fire resistance ratings, means of egress, and fire protection systems, adhering to IBC and NFPA 101 standards. The file includes detailed floor, roof, and life safety plans, indicating areas such as disassembly/reassembly, caged storage, and a fire pump house. Structural notes cover design criteria, foundations, concrete, steel, and bridge cranes, along with various section and connection details. Architectural plans include elevations, wall sections, door/window details, and interior finishes, furniture, and signage. Mechanical, plumbing, and fire protection systems are thoroughly documented with floor plans, riser diagrams, schedules for equipment like pumps and compressors, and detailed connection points, often presented with both English and Italian annotations, indicating an international project context. The document also includes "BID OPTION 1" for several sections, suggesting alternative project specifications.
    The P111 EDI: Ordnance Magazines project by NAVFAC seeks to modernize ordnance storage facilities. The project covers structural, architectural, and electrical aspects, detailing general structural notes, design criteria, foundations, cast-in-place concrete, and structural steel. It includes roof deck notes and specific Italian design criteria. The architectural section outlines general notes, symbology, abbreviations, and keynotes for floor, roof, and reflected ceiling plans, as well as exterior elevations and wall sections. Electrical components include a legend, abbreviations, general notes, and specific details for a forklift charging station, covering the electrical plan, luminaire schedules and details, a one-line diagram, panel schedule, and grounding riser diagram. This comprehensive documentation provides a detailed overview of the project's structural, architectural, and electrical requirements, ensuring a thorough approach to facility upgrades.
    The document, "Attachment G - Anti-mafia Self-certification Form for contracts greater than €5,382,000," is a crucial component of government procurement processes, likely for federal, state, or local RFPs, or federal grants. Its primary purpose is to ensure that contractors bidding on high-value government contracts (exceeding €5,382,000) are free from any ties to organized crime or mafia activities. This self-certification form serves as a mandatory declaration, requiring prospective contractors to attest to their compliance with anti-mafia legislation. The document underscores the government's commitment to transparency, integrity, and the prevention of illicit influence in public contracting, aiming to safeguard public funds and maintain fair competition. It is a preventative measure to vet contractors and uphold ethical standards in government-funded projects.
    Attachment H is an Anti-mafia Self-certification Form designed for contracts valued between €150,000 and €5,382,000. This document is a crucial component within the context of government RFPs, federal grants, and state/local RFPs, ensuring that contractors comply with anti-mafia regulations. Its primary purpose is to prevent organized crime infiltration into public contracts by requiring self-certification from bidding entities. This form likely serves as a mandatory declaration, affirming that the contractor is not involved with or influenced by mafia-related activities, thereby promoting transparency and legality in government procurement processes.
    This government file, "Attachment I Representations and Certifications," outlines critical compliance requirements for offerors responding to federal solicitations. It details mandatory registrations in the System for Award Management (SAM), including obtaining a Unique Entity Identifier (UEI) and a Commercial and Government Entity (CAGE) code. The document specifies various certifications related to business practices, such as those concerning inverted domestic corporations, responsibility matters, and compliance with federal tax laws. It also includes prohibitions on certain telecommunications and video surveillance equipment and services, and business operations with the Maduro regime. Additionally, it addresses supply chain security and the employment of individuals working in the People's Republic of China, requiring disclosures for compliance. The file emphasizes that offerors must ensure all representations and certifications in SAM are current, accurate, and complete, with provisions for updating information or disclosing changes within their offers.
    This government solicitation, N6247026R0005, is for a firm-fixed-price, design-bid-build construction project to build four reinforced concrete high explosive box-H type, earth-covered magazines, two modular storage magazines, and a high-bay maintenance facility (Ammunition Rework and Overhaul Shop - AROS) at Sigonella, Italy. The project has a base bid and five option items, with a contract completion time of 1080 calendar days for the base bid and 1,460 days if options are awarded. The solicitation emphasizes full and open competition, with proposals evaluated on technical factors (Construction Experience, Safety, Technical Solution, and Past Performance) and price. Safety is rated acceptable/unacceptable, while technical factors combined are significantly more important than price. Mandatory requirements include SAM registration, specific Italian Societa Organismi di Attestazione (SOA) certifications, adherence to Anti-Mafia laws, and a 10% performance guarantee or 100% performance and payment bonds. A site visit is scheduled for December 19, 2025, and proposals are due by January 20, 2026, 2:00 PM local time (Norfolk, VA), submitted electronically via the PIEE Solicitation Module.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Base Operations Support (BOS) Services at U.S. Naval Air Station (NAS) Sigonella and its outlying support activities, Sicily, Italy
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM ATLANTIC, is seeking proposals for Base Operations Support (BOS) Services at the U.S. Naval Air Station (NAS) Sigonella and its outlying support activities in Sicily, Italy. The procurement encompasses a wide range of facility support services, including management, maintenance, custodial, pest control, waste management, and utility management, aimed at ensuring the operational readiness and functionality of military facilities. This contract is critical for maintaining high standards of living and working conditions for military personnel and their families stationed at the base. Proposals are due electronically via the PIEE Solicitation Module by December 3, 2025, with a guaranteed minimum contract value of $10,000 and a total term of up to 102 months. Interested parties can reach out to primary contact Star Hanchey at star.m.hanchey.civ@us.navy.mil for further inquiries.
    P1012 Munitions Storage Area Expansion in Moron, Spain
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is soliciting proposals for the expansion of the P1012 Munitions Storage Area at Moron Air Base, Spain. This project falls under the NAICS code 236210 for Industrial Building Construction and involves the construction of ammunition facilities, which are critical for military operations and logistics. Interested contractors are encouraged to attend a site visit scheduled for February 5, 2026, with specific access requirements outlined in Amendment 0001 of the solicitation, including the submission of a Base Access Template for Spanish contractors and a list of approved insurance companies. For further inquiries, potential bidders can contact Kimberly Hall at kimberly.a.hall3@navy.mil or by phone at 757-322-4982.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations East, primarily focusing on the P-1538 SOF Armory project at Camp Lejeune, North Carolina. The contract aims to provide comprehensive construction services, including the construction of an armory building and supporting infrastructure, with an estimated budget ranging from $10 million to $25 million and a completion timeframe of 835 calendar days. This procurement is crucial for enhancing military facilities and ensuring operational readiness, with a total estimated contract value not exceeding $975 million over five years. Proposals are due by 2:00 PM EST on January 28, 2026, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    FX74 Strategic Airlift Hangar, Naval Station Rota, Spain
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the FX74 Strategic Airlift Hangar at Naval Station Rota, Spain. This project involves a Design-Bid-Build, Firm Fixed Price contract to construct a 7,861-square-meter maintenance hangar designed for C-5 and C-17 aircraft, which will include essential features such as fire suppression systems, utilities, pavements, site improvements, and support facilities. The construction is critical for enhancing airlift capabilities and must comply with Department of Defense Unified Facilities Criteria and antiterrorism/force protection standards. The estimated contract value ranges from $25 million to $100 million, with a performance period of approximately 630 days. Interested contractors must register with the System for Award Management (SAM) and, for contracts exceeding 500,000 euros, with the Spanish Ministry of Finance's Register of Bidders. For further inquiries, contact Stacy Mitchell at stacy.l.harper-mitchell.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil.
    414th Contracting Support Brigade - FY26 Italy Construction Job Order Contract (JOC) Pre-Solicitation Notice
    Dept Of Defense
    The Department of Defense, through the 414th Contracting Support Brigade, is preparing to solicit a Firm Fixed Price Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for construction services in Italy, specifically under solicitation number W912PF26RA002. The contract will encompass a range of tasks including real property repair, maintenance, environmental work, and construction services at various U.S. Government facilities throughout Italy, with a total ordering capacity not to exceed $40 million over five years. This opportunity is significant for contractors specializing in commercial and institutional building construction, as it allows for a variety of task orders ranging from $3,000 to $2 million, with the solicitation expected to be released around January 2026. Interested parties should monitor the SAM.gov website for updates and are encouraged to contact Sebastiana Cappello or Vittoria Villani for further information.
    Site surveillance services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLC Sigonella Naples Office, is seeking additional construction surveillance technicians and cleared American guards to support a construction and renovation project in Naples, Italy. This procurement is aimed at fulfilling the need for enhanced security services from July 1, 2023, to March 31, 2024, as the project undergoes significant changes. The services are crucial for maintaining safety and security during the construction phase, ensuring compliance with physical security standards. Interested parties can reach out to Danielle Lafferty at danielle.lafferty@eu.navy.mil for further details regarding this opportunity.
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. This contract encompasses a wide range of repair and upgrade tasks, including concrete work, door installations, waterproofing, and miscellaneous repairs related to the Crane Army Ammunition Activity and Navy Storage Magazines. The contract will have a base period of 12 months, with four additional 12-month option periods, and a total value not to exceed $45 million, with a guaranteed minimum task order of $2,500. Interested parties can reach out to Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further information.
    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.
    P919 Bulk Tank Farm Improvements, Phase 1 Naval Station Rota, Spain
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposals (RFP) for the P919 Bulk Tank Farm Improvements, Phase 1 at Naval Station Rota, Spain. This project entails a Design-Bid-Build, Firm Fixed Price contract for the construction of two new 50,000-barrel bulk storage tanks, an 18-inch JP-5 cargo fuel pipeline, and associated civil, electrical, and site work, with an estimated value between $25,000,000 and $100,000,000. The improvements are critical for enhancing fuel supply facilities, ensuring operational readiness, and maintaining safety standards. Interested contractors must be registered in SAM and, for contracts exceeding 500,000 euros, with the Spanish Ministry of Finance's Register of Bidders Contractors. The RFP is expected to be released around September 18, 2025, with a performance period of approximately 909 days, and inquiries can be directed to Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM PACIFIC, is seeking qualified contractors for the FY24 MCON Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at U.S. NAVSUPPACT, Marine Corps Base Guam. This project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. The procurement is open to U.S. companies with a valid Top Secret clearance, and interested firms must submit specific certifications and non-disclosure agreements to gain access to the Request for Proposal (RFP) documents, which will be available on the SAM.gov website. For further inquiries, interested parties can contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or by phone at 808-603-4464.