Construction-NUWCDIVNPT B6 Dock Leveling Project
ID: N6660426R0060Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, General Decision Number: RI20250001, provides prevailing wage rates and fringe benefits for various construction trades across Rhode Island for Building, Heavy, Highway, and Marine Construction Projects. It lists specific rates and footnotes for classifications such as Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Roofers, Sprinkler Fitters, Sheet Metal Workers, and Truck Drivers, including details on additional pay for hazardous work, specific heights, or specialized equipment. The document also outlines paid holidays, vacation benefits, and bonus structures for certain trades. It includes important information regarding Executive Order 13706 on paid sick leave for federal contractors and Executive Order 13658 concerning minimum wage rates. Furthermore, it explains the identifiers for union, union average, survey, and state-adopted wage rates, and details the wage determination appeals process through the Wage and Hour Division and the Administrative Review Board.
    The document outlines the General Decision Number RI20250001 effective from November 21, 2025, detailing wage rates and classifications for construction projects in Rhode Island, subject to the Davis-Bacon Act and various Executive Orders. It specifies minimum wage rates for different contract dates, requirements for contractor compliance, and provides an extensive list of job classifications with associated wage rates and fringe benefits. Additionally, there are guidelines for wage determination appeals and definitions of union and survey rates.
    The document indicates that the proper contents of the file are not displaying, suggesting an issue with the user's PDF viewer. It advises upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, providing a download link. The document also offers a link for further assistance with Adobe Reader. It clarifies that Windows, Mac, and Linux are registered trademarks of Microsoft Corporation, Apple Inc., and Linus Torvalds, respectively.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download or to seek further assistance at http://www.adobe.com/go/acrreader. The message also includes trademark information for Windows, Mac, and Linux. This document is not a government file, RFP, or grant, but rather an error message or loading screen for a PDF file.
    The solicitation N6660426R0060 is for the B6 Dock Leveling Project at NUWC Division Newport, issued on December 2, 2025, with proposals due by January 5, 2026, at 2:00 PM EST. This 100% small business set-aside, with a magnitude between $100,000 and $250,000, requires offerors to be SAM registered and provide a bid guarantee. A mandatory site visit is scheduled for December 16, 2025, at 10:00 AM EST, requiring pre-registration and an approved visit request. The contract has a performance period of 120 calendar days after award, with work commencing within 10 calendar days of receiving notice to proceed. Liquidated damages of $200 per day will apply for delays. Contractors must comply with specific requirements for hazardous materials reporting, site safety, and employee training. Payment will be made electronically via Wide Area Workflow (WAWF).
    The Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT) has issued Solicitation N6660426R00600001 for the B6 Dock Leveling Project. This Request for Proposal (RFP), issued on December 2, 2025, is a 100% small business set-aside with a magnitude between $100,000 and $250,000. The project involves providing all materials, equipment, labor, and supervision for the installation of hydraulic dock leveling systems at Building 6 (B6) at NUWCDIVNPT. Key dates include a site visit on December 16, 2025, and proposals due by January 12, 2026, at 2:00 PM EST. Offerors must be registered in SAM and provide a bid guarantee. The performance period is 160 calendar days after award, with liquidated damages of $200 per day for delays. The solicitation also outlines detailed requirements for electronic payment via Wide Area WorkFlow (WAWF), contractor performance on government sites, safety, and adherence to various FAR and DFARS clauses, including Buy American provisions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Custom Tilter
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the design, manufacture, and delivery of a custom tilter, as outlined in RFQ N66604-26-Q-0076. This equipment is critical for repositioning towed array stowage drums used in repair operations for various classes of submarines, including the OHIO, LOS ANGELES, VIRGINIA, and future COLUMBIA classes, with a minimum capacity requirement of 8000 lbs. Interested contractors must adhere to strict security compliance, including CMMC Level 2 requirements, and submit their quotes by December 30, 2025, with questions due by December 19, 2025. For further inquiries, potential offerors can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.
    RFI - Commercial Solutions Opening: Tactical Oceanography Supporting Full-Spectrum Undersea Warfare
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC), is seeking proposals for the Tactical Oceanography Supporting Full-Spectrum Undersea Warfare initiative, aimed at enhancing military capabilities through innovative prototyping efforts. This opportunity invites both traditional and nontraditional defense contractors to develop new environmental sensors and information systems that improve operator situational awareness and performance of existing undersea warfare systems. The anticipated funding for prototype projects may reach up to $20 million, with a competitive solicitation process expected to begin in mid-February 2026, and proposals due by February 6, 2026. Interested parties should direct inquiries to Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or call 401-832-5617 for further information.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting numerous service contract opportunities primarily under NAICS code 541330 (Engineering Services) utilizing the Seaport contract vehicle. These contracts encompass a wide array of support services, including acoustic trial and range sustainment, engineering and technical support, logistics, information technology, and business administration, with many contracts set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses (WOSB). The ongoing procurement activities indicate a robust demand for these services, with several contracts pending award or anticipated follow-on RFPs in the near future. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    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.
    USNS POINT LOMA POST-SHAKEDOWN AVAILABILITY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the Post-Shakedown Availability of the USNS POINT LOMA (T-EPF 15). The contractor will be responsible for preparing and executing the necessary work as outlined in the solicitation, with the performance period anticipated from August 3, 2026, to October 31, 2026, at the contractor's facility located on the East Coast or Gulf. This contract is a total small business set-aside, reflecting the expectation of receiving multiple proposals from small businesses, and interested parties must submit a non-disclosure agreement to access sensitive technical data related to the project. For further inquiries, potential bidders can contact Matias Parker at matias.l.parker.civ@us.navy.mil or Jerica Bray at jerica.e.bray.civ@us.navy.mil, with the solicitation expected to be available around January 6, 2026.
    DT-513 Series Hydrophones
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    Payload Control System (PCS)
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT), is soliciting proposals for a sole-source contract to SEACORP for the continued development and application of the Payload Control System (PCS) technology. This contract, structured as a Cost Plus Fixed Fee (CPFF) arrangement, aims to enhance the Submarine Combat Control System (CCS) by adapting it to new payload interfaces, with an estimated requirement of 228,130 man-hours over a five-year performance period. The project is critical for modernizing submarine combat and weapons control systems, ensuring they meet evolving operational demands. Interested parties can direct inquiries to Nico Montanari at nico.s.montanari.civ@us.navy.mil, with a minimum contract guarantee of $75,000.00 and adherence to strict security and reporting requirements outlined in the solicitation documents.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.