P1012 Munitions Storage Area Expansion in Moron, Spain
ID: N6247026R0003Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document appears to be a roster or access list, likely for a construction project or a secure facility, given the context of government RFPs and grants. It lists individuals with fields for name, date of birth, national identification number (DNI), company affiliation, start and end dates, and an 'expediente/zona obra' which translates to 'file/work zone.' The document also includes contact information for escorts or points of contact, specifically Rosario Lopez/Daniel Isorna with an email and phone number, and Dixon Terell with an email and phone number. The repetition of contact information suggests these individuals are key contacts for access or oversight. The file's purpose is to manage and track personnel access to a specific site or project, ensuring accountability and security.
    The provided document lists various insurance companies and brokerage agencies, including ACE American Insurance Company, AIG Europe S.A., Allianz Compania de Seguros y Reaseguros, S.A., American International Group Company, Aon Gil y Carvajal, S.A., Chubb Insurance, and others such as La Compania de Seguros CATALANA OCCIDENTE, S.A. and Sabadell Aseguradora. Given the context of government RFPs, federal grants, and state/local RFPs, this list most likely represents a compilation of approved or potential insurance providers for government contracts, projects, or services. The document's purpose is to identify entities capable of providing necessary insurance coverage, a common requirement in government procurements and grants to mitigate risks associated with public projects and operations.
    Amendment 0001 to Solicitation N6247026R0003, issued by NAVFACSYSCOM ATLANTIC, revises the original solicitation and provides additional attachments. Key changes include modifications to the list of required attachments, specifically introducing "Base Access Template - Spanish Contractors" (Attachment G) and "Insurance Companies" (Attachment K), while reserving Attachment G from the previous version. The amendment also revises Clause 52.236-27 Site Visit (Construction) (Alternate I), scheduling an organized site visit for February 5, 2026, at Moron Air Base, Spain. Detailed instructions for base access are provided for both Spanish and European/American/Other National contractors, requiring specific forms, identification, and completion of antiterrorism awareness training. Attendance at the site visit is not mandatory but highly encouraged, with a limit of three representatives per contractor. Strict deadlines for document submissions are enforced, and late submissions will not be accepted.
    Lifecycle
    Title
    Type
    Similar Opportunities
    P111 EDI: Ordnance Magazines, Sigonella, Italy
    Dept Of Defense
    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.
    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.
    P919 - Phase I, Bulk Fuel Tank Farm Improvements, Naval Station Rota, Spain
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is soliciting proposals for the P919 Phase I Bulk Fuel Tank Farm Improvements project at Naval Station Rota, Spain. This procurement involves the construction of two 50,000-barrel cut-and-cover tanks, associated pumping equipment, and an 18-inch fuel pipeline, with a contract value estimated between $25 million and $100 million. The project is critical for enhancing fuel supply capabilities and ensuring compliance with safety and environmental standards. Proposals are due by January 14, 2026, at 2:00 PM local time, and interested contractors must register in the System for Award Management (SAM) and provide necessary documentation, including a performance guarantee and past performance information. For further inquiries, contact Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil or Elizabeth Roberts at elizabeth.l.roberts31.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.
    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.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project aims to develop a multi-building complex that includes maintenance shops, warehouses, and covered storage areas for the 1st and 2nd Battalions, 10th Marines, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for enhancing operational capabilities and ensuring the readiness of the Marine Corps units stationed at the base. Proposals are due by January 14, 2026, at 2:00 PM EST, 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.
    Construction Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, through the 765th Air Base Squadron, is seeking additional contractors for the Construction Basic Ordering Agreement (CBOA) at Lajes Field, Terceira Island, Azores, Portugal. This opportunity allows for the on-ramping of new contractors to participate in a range of maintenance, repair, and design-build construction projects, which may include various trades such as demolition, electrical, and HVAC services. The solicitation has been extended, with the new closing date for submissions set for February 2, 2026, and all interested parties must be registered in the System for Award Management (SAM) and possess a Construction Certificate from the Instituto dos Mercados Públicos do Imobiliário e da Construção (IMPIC) in Portugal. For further inquiries, potential offerors can contact Andrea Silva at andrea.silva.1.pt@us.af.mil or Jovita Salvador at jovita.salvador.pt@us.af.mil.
    GUIDED MISSILE BUILDING ON SALINAS PEAK, AT WHITE SANDS MISSILE RANGE, SIERRA COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a guided missile building on Salinas Peak at the White Sands Missile Range in Sierra County, New Mexico. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1FB for the construction of recreational buildings. The successful contractor will play a crucial role in supporting military operations by providing essential infrastructure at a key testing and training facility. Interested parties can reach out to Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further details regarding the solicitation process.
    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.