N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC?S, Naval Support Activity Hampton Roads Norfolk, Virginia
ID: N4008525R2511Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Industrial Building Construction (236210)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    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.

    Files
    Title
    Posted
    Amendment 0001 to Solicitation N40085-25-R-2511, issued by NAVFACSYCOM MID-ATLANTIC, details modifications for a Design-Build project to replace backup power generation systems at Naval Support Activity Hampton Roads Norfolk, Virginia. This amendment extends the proposal due date from June 9, 2025, to June 18, 2025, at 2:00 PM EDT. It also provides crucial information regarding a mandatory site visit scheduled for May 28, 2025, at 9:00 AM EDT. Attendees requiring base access must complete and submit Attachment G - SECNAV 5512 and Attachment H - ODP, along with a list of names and companies, to the specified contacts. Valid identification, such as a REAL ID or U.S. passport, is required for installation access. Additionally, Attachment I - NSA HR Main Site Base Map NH139 is provided to help locate Building NH139. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0002 to Solicitation N40085-25-R-2511 for the Design-Build (DB) P-1401 Replace Backup Power Generation UPS, PLCs at Naval Support Activity Hampton Roads, Norfolk, Virginia, outlines crucial updates and clarifications. This amendment incorporates a continuation sheet for contract specifications, provides details for a site visit meeting location, and addresses pre-proposal inquiries. Key changes include replacing
    Amendment 0003 to Solicitation N40085-25-R-2511, dated May 28, 2025, for the DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S project at Naval Support Activity Hampton Roads, Norfolk, Virginia, has been issued. This amendment incorporates Attachment L - Site Visit Log. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may lead to the rejection of offers. The amendment clarifies that the contractor is not required to sign and return copies of this specific document. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 for Solicitation N40085-25-R-2511, for the Design-Build (DB), P-1401 Replace Backup Power Generation UPS, PLC’s at Naval Support Activity Hampton Roads Norfolk, Virginia, extends the proposal due date from June 18, 2025, to June 25, 2025, at 2:00 PM EDT. It also addresses various pre-proposal inquiries. Key responses include: confirming a superintendent can also be the Safety and Health Officer (SSHO) but not the Quality Control Manager (QCM); stating the government is unaware of hazardous materials on site; requiring a cost-loaded Network Analysis Schedule; requiring contractors to provide off-base locations for Post-Award Kick-off (PAK)/Concept Design Workshop (CDW) meetings; requiring contractors to account for escalation in price proposals; evaluating time extensions for material delays on a case-by-case basis; and confirming the Project Manager can facilitate the concept design workshop if qualified.
    Amendment 0005 to solicitation N40085-25-R-2511 for the DESIGN-BUILD (DB) P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC’S at NAVAL SUPPORT ACTIVITY HAMPTON ROADS NORFOLK, VIRGINIA, extends the proposal due date from June 25, 2025, to July 1, 2025, both at 2:00 PM EDT. This amendment also includes an updated Wage Determination (VA20250160, effective 02/28/2025) for Building Construction Projects in Norfolk County, Virginia, outlining various craft wage rates and fringe benefits, as well as guidelines for Executive Orders 14026 and 13658 concerning minimum wages. Additionally, it provides responses to pre-proposal inquiries, clarifying that no additional
    Amendment 0006 to Solicitation N40085-25-R-2511 extends the proposal due date from July 1, 2025, to July 15, 2025, at 2:00 PM EDT. This amendment also includes responses to pre-proposal inquiries and provides Attachment M – Revised 01 91 00.15 22 Processed. Key clarifications include confirmation on interior and exterior slab application, the requirement for a Construction Waste Management Plan, compliance with UFC 3-540-01 for switchboard clearances, and confirmation that two 500kVA UPS will be replaced with two 250kVA units. The scope of selective coordination studies will be limited to new and connected existing equipment, and the Intelligence Community Standard (ICS) Number 705-1 for a secured area does not apply to this project. All new flooring will not require leveling, and all necessary costs, including builder's risk insurance, must be included in the firm-fixed-price contract. The commissioning provider will be hired by the general contractor, and commissioning is limited to new work. Details on temporary generators, UPS specifications (including 208/120V @ 2000A utility input feeds, external wrap-around 3-breaker maintenance bypass, static transfer switches for UPS output), and battery system requirements (independent 15-minute VRLA AGM batteries with cell monitoring, 10-year minimum design life, and fan-powered cabinets) are also clarified. The total duration of the task order, including bid options, is 741 calendar days from the date of award.
    Amendment 0007 to Solicitation N40085-25-R-2511 addresses pre-proposal inquiries for a design-build project to replace backup power generation systems at Naval Support Activity Hampton Roads. The amendment clarifies scope, provides responses to contractor questions regarding sustainable design, flood hazard data, fire alarm and sprinkler systems, electrical requirements, and site access. Key points include maintaining security integrity, specific rooms requiring fire protection, the existing fire alarm being an EST system without mass notification, and the contractor's responsibility for design compliance. The proposal due date remains July 15, 2025. This amendment ensures clarity and compliance for bidding on the critical infrastructure upgrade.
    Amendment 0008 to Solicitation N4008525R2511 revises key aspects of the original solicitation. It extends the proposal due date to December 3, 2025, at 1400 local time, with submissions to be sent via email to Kristy Gerrek. The amendment also issues discussion questions to offerors in the competitive range, updates the proposal acceptance period to 180 days from the receipt of offers, and incorporates an updated Wage Determination (VA20250160, effective October 3, 2025) for building construction projects in Norfolk County, Virginia. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
    Amendment 0009 for Solicitation N40085-25-R-2511, concerning the Design-Build project P-1401 to replace backup power generation systems at Naval Support Activity Hampton Roads, extends the proposal due date. Originally set for December 3, 2025, the new deadline for revised proposals from invited participants is January 15, 2026, by 1400 local time. Submissions must be sent via email to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil. This amendment ensures offerors have additional time to submit their updated proposals for this critical infrastructure project.
    This document is an amendment to solicitation N40085-25-R-2511 regarding the design-build project to replace backup power generation systems at the Naval Support Activity in Hampton Roads, Norfolk, Virginia. The amendment acknowledges receipt procedures for offers and outlines changes, including the extension of the proposal due date from June 9, 2025, to June 18, 2025. It also provides details about a mandatory site visit scheduled for May 28, 2025, at 9:00 AM EDT, emphasizing that attendees must email to request base access using specified identification forms. The amendment includes instructions regarding the completion and submission of access requests and underscores the necessity for valid identification as mandated by the Department of Homeland Security for all personnel visiting the base. Furthermore, it notes that aside from the amendments detailed, all other terms and conditions from the original solicitation remain unchanged. The summary concludes by providing contact details for additional inquiries, highlighting the project's ongoing significance to the federal government's infrastructure enhancement efforts.
    This document serves as Amendment 0002 to Solicitation N40085-25-R-2511 for the Design-Build project to replace backup power generation systems at the Naval Support Activity in Hampton Roads, Virginia. The amendment details required actions for contractors regarding acknowledgment of the amendment, submission of updated proposals, and logistics for a site visit meeting. Key updates include the provision of revised contract specifications, site visit details, and responses to pre-proposal inquiries involving project timelines and requirements. Notably, contractors can adjust bids based on specific inquiries, particularly regarding equipment selection timelines and compliance with updated standards. The document emphasizes the necessity for contractors to follow guidelines strictly and acknowledges certain updates to be made without modifying the overall scope of the work previously established. It aims to ensure clarity in project expectations and requirements, thus facilitating smoother project progression. This amendment highlights the government’s commitment to providing relevant project information and responding to contractors' concerns while maintaining adherence to original solicitation terms.
    This document is an amendment to the original solicitation N40085-25-R-2511 for the Design-Build project, specifically aimed at replacing backup power generation systems at the Naval Support Activity in Hampton Roads, Norfolk, Virginia. It outlines mandatory acknowledgment of this amendment by prospective contractors, specifying methods for submission including forms or electronic communication. The amendment does not require the contractor’s signature to be returned. Key updates include an attached Site Visit Log and an extension of the deadline for offers, as well as clear instructions on modifying previously submitted offers. It emphasizes the importance of timely receipt of acknowledgments, warning that late submissions may lead to rejection. Overall, the amendment maintains the previously established terms and conditions while incorporating essential logistical details for bidders.
    The document serves as Amendment 0004 for Solicitation N40085-25-R-2511 concerning the Design-Build project to replace backup power generation systems at the Naval Support Activity in Norfolk, Virginia. The primary purpose is to inform bidders about an extension of the proposal due date from June 18 to June 25, 2025, at 2:00 PM EDT, and to respond to various pre-proposal inquiries (PPIs) regarding project specifications and requirements. Key points include clarification on roles such as the Superintendent, Safety and Health Officer (SSHO), and Quality Control Manager; confirmation that the SSHO can also serve as the Superintendent but must not be the Quality Control Manager. Additionally, the document addresses concerns about hazardous materials, cost loading for schedules, and the provision of a soils report, explicitly stating that such a report is the contractor's responsibility. The Government also requests that contractors account for material cost escalation due to supply chain issues. This amendment is crucial for potential contractors as it sets expectations, clarifies roles, and outlines requirements, thereby ensuring compliance and aiding in accurate proposal submissions for the upcoming project.
    This document serves as an amendment to solicitation N40085-25-R-2511 regarding the design-build project aimed at replacing backup power generation systems at Norfolk, Virginia. The key updates include an extension of the proposal due date from June 25 to July 1, 2025, and the issuance of an updated wage determination in compliance with the Davis-Bacon Act. The amendment outlines specific wage rates for various construction trades and details regarding minimum wage requirements influenced by Executive Orders 14026 and 13658. Additionally, it addresses responses to pre-proposal inquiries, clarifying project specifications such as the non-requirement for Building Information Modeling (BIM) and details on equipment labeling requirements. This framework ensures contractors are informed of changes and compliance needs related to the project, facilitating structured bidding and contract execution. The document emphasizes adherence to labor standards and the importance of accurate wage determinations in federal contracting environments, reinforcing the government’s focus on fair labor practices within federally funded projects.
    The document concerns Amendment 0006 for solicitation N40085-25-R-2511, related to a design-build project at Naval Support Activity in Norfolk, Virginia, involving the replacement of backup power generation systems. Key updates include an extension of the proposal submission deadline from July 1, 2025, to July 15, 2025, and the incorporation of responses to several pre-proposal inquiries. The amendment clarifies that no additional inquiries will be accepted and provides confirmations regarding specific project requirements, such as contractor responsibilities related to UPS equipment, battery systems, and coordination with existing infrastructure. The amendment emphasizes adherence to original contract terms and conditions, while providing additional documentation (Attachment M - Revised 01 91 00.15 22 Processed) relevant to the project. This amendment reflects the government's ongoing procedural adjustments to ensure clarity and compliance while pursuing the project. Overall, the document aims to facilitate the bidding process and enhance contractor understanding of project specifications and requirements.
    The document concerns Amendment 0007 to the Request for Proposal (RFP) N40085-25-R-2511 for the design-build project aimed at replacing backup power generation systems at the Naval Support Activity in Hampton Roads, Norfolk, Virginia. It emphasizes the need for contractors to acknowledge the amendment before the specified date to avoid offer rejection. Key modifications include inserting necessary specifications, addressing pre-proposal inquiries, and detailing the project’s requirements related to special inspections, secure perimeter considerations, and fire protections. Notably, contractors are required to maintain the integrity of existing security features. The proposal due date remains July 15, 2025, and all responses to inquiries underline the importance of compliance with established guidelines while limiting the scope of fire protection and sprinkler systems to defined areas. The information provided in this amendment aims to facilitate informed bidding processes while ensuring adherence to safety and security measures essential for the project.
    This government file outlines Work Order No. 1726324 for the replacement of backup power generation, UPS, and PLCs at NSA Hampton Roads, Norfolk, Virginia (Building NH-139). Prepared by Bowman Foster and Associates, the project involves a complete design for these replacements, with a focus on compliance with UFC 3-501-01. The document details general requirements, work restrictions, price and payment procedures, administrative requirements, concept design workshop protocols, and the use of the Electronic Construction and Facility Support Contract Management System (eCMS). Key aspects include stringent security, safety, and scheduling regulations, mandatory contractor meetings (Preconstruction, PAK, Red Zone, Partnering, CDW), and specific invoicing and payment guidelines. The contractor is responsible for verifying existing system interoperability and adhering to all outlined procedures and regulations.
    This document, FINAL DB RFP 0001, provides supplemental information for a federal government Request for Proposal (RFP), clarifying details for the base bid and two bid options related to electrical engineering systems. Key requirements include conducting selective coordination studies, fault current analyses, and arc flash hazard reports for new electrical equipment, as well as installing appropriate labels and Arc Reducing Maintenance (ARM) switches on circuit breakers. The RFP also details specifications for temporary generators, emphasizing weatherproof, sound-attenuated enclosures and performance class G2 compliance for voltage and frequency. It mandates the refurbishment of existing generator paralleling switchgear to modernize controls and integrate a new circuit breaker for a portable load bank connection. Extensive operational sequences for automatic/standby, emergency, and closed transition to emergency modes are outlined, along with detailed load shed and generator demand priority controls. Furthermore, the document specifies replacing existing UPS units with new 250kVA static, double conversion units in a parallel redundant configuration, including dedicated battery systems, HMI interfaces, and maintenance bypass switchboards. Bid option (i) focuses on requirements for Generator #3, including control system compatibility, exhaust system replacement, and the need for a licensed structural engineer to oversee equipment extraction and restoration of the Quonset hut. Bid option (ii) outlines the removal of the existing unit substation, installation of a new switchboard, rerouting of cabling, and the installation of a new pad-mount 750kVA transformer with specific design and installation criteria. Both bid options require a licensed structural engineer to ensure safe equipment handling and structural integrity of the Quonset hut. New metering requirements are also specified.
    The provided document indicates that it cannot be loaded because it requires Adobe Reader 8 or higher. It suggests that the user may not have the necessary software installed or their viewing environment might be improperly configured. The document directs users to a specific Adobe website for instructions on how to install Adobe Reader and configure their viewing environment to access the file. This file, likely part of a government RFP, federal grant, or state/local RFP, is inaccessible due to a software compatibility issue, preventing its review or analysis.
    The provided Controlled Unclassified Information (CUI) document outlines a template for collecting personal and organizational data, likely for access control, project participation, or security clearances within the Department of the Navy, specifically NAVFAC MIDLANT DC CORE. It details sensitive personal information such as SSN, name, DOB, and contact details, alongside organizational data like installation, company, sponsor, and sponsor command. The document emphasizes CUI categories related to privacy (PRVCY) and distribution controls (FEDCON), indicating its use in managing access to federal facilities or information. A point of contact, Yesenia Goodwin, is provided for inquiries. This structure suggests the file is part of a larger government process, possibly related to federal RFPs, grants, or similar initiatives requiring stringent control over sensitive information.
    This document is a GeoReadiness Program map for NSA Hampton Roads Main Site, created on August 8, 2023. It is classified as "For Official Use Only" and contains data considered Unclassified Sensitive upon Aggregation. Reproduction, distribution, publication, or exhibition of this data is strictly prohibited without the written consent of the Regional Navy Command. The map data is subject to change, and users are advised to contact the creator for updates or questions. It identifies the installation location of NSA HR HQ and Main Gate NH139, with source data from various geographic information system (GIS) providers.
    This government file outlines the requirements for Network Analysis Schedules (NAS) for the "Replace Backup Power Generation, UPS, PLC's" project at NSA Hampton Roads. It details procedures for preliminary scheduling, baseline schedule submission, weekly look-ahead schedules, and monthly NAS updates using Primavera P6 software. Key aspects include definitions, schedule requirements before work begins, weekly and monthly reporting, correspondence protocols, additional scheduling needs, and submittal classifications. The document specifies software settings, activity properties, logical constraints, activity categories (design, pre-construction, procurement, government, CQM, construction, turnover, commissioning), and various milestones. It also covers Work Breakdown Structure (WBS), activity codes, adverse weather and restricted delay considerations, and cost loading for progress payments. Furthermore, it defines requirements for Time Impact Analysis (TIA) for contract modifications, emphasizing delay classification and concurrency. The use of Project Float is also addressed, with prohibitions on artificial adjustments. The document provides detailed instructions for various tabular reports and native P6 XER files to be submitted.
    The document, generated with GeoReadiness Explorer on August 8, 2023, is a GeoReadiness Program map for NSA Hampton Roads Main Site, created for the U.S. Navy. It is classified as "For Official Use Only" and its data is considered "Unclassified Sensitive upon Aggregation." Reproduction, distribution, publication, or exhibition of this data is strictly prohibited without the written consent of the Regional Navy Command. The map indicates the NSA HR HQ Main Gate, NH139, and a meeting location at the rear of the Maine Corps Exchange Parking Lot. The data sources include Esri, Maxar, Earthstar Geographics, and various government and commercial entities. The document emphasizes that the data is subject to change and advises contacting the creator for updates or questions. This document serves as an internal reference for official use within the U.S. Navy for situational awareness or operational planning, aligning with the context of government files related to federal operations.
    On May 28, 2025, a site visit was conducted for the P-1401 project, aimed at replacing backup power generation systems at the Naval Support Activity in Norfolk, Virginia. The proposal due date is set for June 18, 2025, and multiple representatives from various organizations, including NAVFAC and several contractors, attended the visit. The log includes attendees' names, companies, contact details, and titles.
    This government file outlines the comprehensive commissioning requirements for replacing backup power generation, UPS, and PLCs at NSA Hampton Roads, Norfolk, Virginia. The project, WON: 1726324, involves total building commissioning in accordance with the International Green Construction Code (IgCC). A Commissioning Team, comprising Lead Commissioning Specialists, Designers of Record, Installing Contractors, and Equipment Suppliers, will oversee the process. Systems to be commissioned include HVAC, utility, and electrical Type I (generators, UPS, transfer switches, grounding, main distribution panels, transformers, panelboards, switchgear, surge protective devices) and integrated emergency power systems. The document details responsibilities, communication protocols, design and construction phase activities, including commissioning plans, issues logs, design reviews, site observations, and various checklists (Pre-Functional, Functional Performance Test, Integrated Systems Test). It emphasizes strict adherence to IgCC and ASHRAE 202 standards, outlining specific procedures for verifying system performance and ensuring readiness for operation.
    The document outlines a work order (No. 1726324) for the replacement of backup power generation systems, UPS, and PLCs at NSA Hampton Roads, Norfolk, Virginia, prepared under NAVFAC contract N40085-20-D-005. It includes a comprehensive table of contents detailing various sections related to general and performance specifications, project program, administrative requirements, and necessary submittals. The work involves detailed design and installation compliance with existing facility systems, safety protocols, and quality control measures. The contractor must ensure all work is compatible with the operational requirements—conducting a thorough conceptual design workshop, verifying existing utilities, managing the logistical aspects of site access and work restrictions, and adhering to strict scheduling and security protocols. The project emphasizes compliance with current regulations and requires close coordination with government personnel. It aims for quality construction within established timelines while ensuring minimal disruption to ongoing operations at the facility.
    The Final DB RFP 0001 document serves as supplemental guidance to clarify the base bid and options related to electrical systems requirements for an engineering project. Key requirements include conducting studies such as selective coordination, fault current analysis, and arc flash hazard reporting by qualified professionals. The contractor is responsible for providing appropriate temporary generator sizing, weatherproofing, and sound attenuation measures during construction. Furthermore, existing generator paralleling switchgear will undergo refurbishment rather than replacement, and the system controls will engage in a detailed functional sequence for power transition during utility failures. The document specifies new UPS installations and updates for generators, including modifications for structural integrity during equipment replacement. Specific technical mandates for new transformers and substation configurations are outlined, ensuring compliance with safety regulations and operational efficiencies. The RFP emphasizes meticulous planning and execution to safeguard facility operations while adhering to government standards.
    The document serves as a notification regarding the necessity of having Adobe Reader 8 or higher installed to properly view a specific file related to federal government RFPs, grants, and state and local RFPs. It states that if a proper viewing environment isn't configured, users will be unable to access the required materials effectively. The reference to Adobe's website indicates the relevance of ensuring technological compatibility for documents that may contain crucial information pertaining to government funding opportunities and solicitations. This emphasis on adequate software and configuration highlights the importance of accessibility in engaging with government processes and resources. Ensuring all stakeholders have the means to obtain and interact with RFPs and grant information is essential for fostering participation and compliance within government contracting and funding initiatives.
    This document pertains to confidential information controlled by the Department of the Navy, specifically NAVFAC MIDLANT DC CORE. It includes details such as personnel identifiable information (PII), including Social Security Number (SSN), names, and contact information of individuals associated with various installations and companies. The Point of Contact for inquiries is Yesenia Goodwin from the Navy, who can be reached via email or phone. The document emphasizes the importance of safeguarding personally identifiable information under Controlled Unclassified Information (CUI) regulations. It likely relates to government Requests for Proposals (RFPs) and grants, guiding how sensitive information should be managed in accordance with federal guidelines to ensure privacy and compliance. The structure references essential contact details without disclosing extensive specifics about the projects or proposals associated with the listed individuals or organizations. Overall, the document serves to enforce adherence to privacy control measures in the context of federal and local government coordination.
    The document outlines the U.S. Navy's GeoReadiness Program, specifically for the NSA Hampton Roads Main Site. Created on August 8, 2023, it includes a sensitive map utilized for official purposes. The map data, which is considered unclassified yet sensitive upon aggregation, is subject to change and is protected against unauthorized reproduction or distribution. The installation location is specified as NSA HR HQ Main Gate, identified as NH139. The document provides source information, including Esri and various government agencies, indicating a collaborative effort in data gathering and mapping. The emphasis on confidentiality underscores the strategic importance of geographic data in military readiness, necessitating strict control over its dissemination.
    The document outlines the requirements for a cost-loaded Network Analysis Schedule (NAS) concerning the replacement of backup power generation and associated systems for the NSA in Hampton Roads, Norfolk, Virginia. It emphasizes the importance of the NAS in managing project efficiency, tracking progress, evaluating time extensions, and substantiating progress payments. The contractor must organize various phases including preliminary scheduling meetings, baseline and construction schedules, and weekly updates to facilitate effective project execution. Additionally, it mandates include submission of monthly network analyses, as-built schedules, and correspondence referencing schedule activities. The contractor must employ Primavera P6 software for project scheduling, ensuring compliance with specific governmental settings. The document delineates the need for a Designated Project Scheduler with relevant experience, tasked with preparing and maintaining project schedules while adhering to specified reporting and documentation requirements. The objective is to ensure a structured timeline and efficient management of resources, thereby minimizing potential delays in project completion and ensuring compliance with government protocols and standards. Critical requirements are established to guide contractors in managing time and cost, focusing on effective communication and coordination with governmental representatives to facilitate project success.
    The document is a confidential map relating to the U.S. Navy's GeoReadiness Program, created on August 8, 2023. It emphasizes the sensitive nature of the data, which is classified as "For Official Use Only" and "Unclassified Sensitive upon Aggregation." Reproduction or distribution of the map and its data is strictly prohibited without written consent from the Regional Navy Command. The map includes installation locations in Hampton Roads, Virginia, specifically highlighting the Maine Corps Exchange and NSA HR HQ. It shows geographical and logistical information integral to the Navy's operational readiness. The document underscores the importance of the data for military strategy and readiness, making it essential for authorized personnel while ensuring compliance with security protocols.
    A site visit for the project "P-1401 Replace Backup Power Generation UPS, PLC's" at Naval Support Activity Hampton Roads, Norfolk, Virginia, occurred on May 28, 2025, at 9:00 a.m. and 2:00 p.m., with proposals due by June 18, 2025. The log lists attendees from NAVFAC, Prizm, Virtuco, Bay Electric, and other companies, including their names, titles, and contact information. Key representatives include Project Manager Robert Brown and Design Manager Charles Shaeffer from NAVFAC.
    The document outlines the commissioning process for replacing backup power generation systems at NSA Hampton Roads, Norfolk, Virginia. It details the roles and responsibilities of the Commissioning Team, which includes the Lead Commissioning Specialist, various specialists, designers, contractors, and equipment suppliers. The scope encompasses commissioning heating, ventilation, air conditioning (HVAC) systems, electrical systems, and integrated systems. The guidelines emphasize that commissioning activities must be coordinated among all team members, with specific procedures for conducting design reviews, construction phase observations, and functional performance testing. Key deliverables include the Development of Commissioning Plans, Pre-Functional Checklists, and Functional Performance Test Checklists. The document also highlights adherence to the International Green Construction Code (IgCC) and mandates compliance with various construction standards. This comprehensive commissioning process aims to ensure that all systems operate effectively and meet specified performance criteria, thereby enhancing the reliability of backup power systems in federal facilities. The detailed structure of the document serves to guide project stakeholders through the various phases of commissioning, ensuring systematic communication and documentation throughout the project's lifecycle.
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    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.
    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.
    Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking industry input for the replacement of process controls in the Radioactive Liquid Waste (RLW) Processing System at Naval Station Norfolk. The objective is to engage qualified businesses capable of removing outdated equipment and installing modern programmable logic controllers (PLCs), along with associated components such as control panels and human-machine interface (HMI) screens, ensuring compliance with industry standards. This initiative is critical for maintaining operational efficiency and safety in handling radioactive waste. Interested parties must submit their capabilities statements and other requested information by December 16, 2025, at 10:00 AM EST, to the designated contacts, Chaunsa Saunders and Jordan Moore, via email, as no hard copy or facsimile submissions will be accepted.
    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.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    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.
    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.
    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.
    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.
    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.