DESIGN-BUILD P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NSA NORFOLK, VA
ID: N4008525R2638Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage accounts within the Department of Defense's (DoD) PIEE platform. This system automates the capture of solicitations, attachments, and industry responses, offering two vendor roles: Proposal Manager (for submissions) and Proposal View Only. The guide provides step-by-step instructions for new users to self-register and for existing users to add roles, including creating a user ID, password, security questions, and completing profile and company information. Users must select a Solicitation module role, input their CAGE Code, and provide a justification for access. The registration concludes with a review, agreement to a Statement of Accountability, and password confirmation. The document also includes support information for account administrators, technical issues, and a matrix detailing roles and their associated actions within the PIEE Solicitation Module.
    The document, Attachment C, is a "Construction & Design Experience Project Data Sheet" for the Design-Build, P1678 NATO JFCNF Phase II project at NSA, Hampton Roads, Virginia (N40085-25-R-2638). This form is designed for Offerors, Joint-Ventures, or other entities to detail their construction and design experience. It requires information on whether the work was performed as a prime or sub-contractor, contract numbers, award and completion dates, type of work (new construction, renovation, repair, alteration), and contract type (Firm-Fixed Price, Cost/Time and Material). The form differentiates between construction projects (requiring award amount, final price, and contract type like Design-Build or Design-Bid-Build) and design projects (requiring A/E Design Fee, total construction value, and contract type like Full Plans & Specs or Designer of Record). Additionally, it mandates detailed descriptions of the project's relevancy to the RFP requirements, unique features, construction methods, and the work self-performed by the firm. This data sheet is crucial for evaluating a contractor's past performance and capabilities for government Design-Build RFPs.
    The NAVFAC Form PPQ, or Past Performance Questionnaire, is mandatory for evaluations requiring a PPQ in federal government RFPs, specifically for the Design-Build, P1678 NATO JFCNF Phase II project at NSA, Hampton Roads, Virginia (N40085-25-R-2638). Offerors must submit completed Contractor Performance Assessment Reporting System (CPARS) evaluations if available for projects included in Factor 2 Corporate Experience. If CPARS is not available, the PPQ (Attachment D) must be completed by the client and submitted with the proposal. The form details contractor and client information, contract specifics, project description, and includes adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for evaluating performance across quality, schedule, customer satisfaction, management, cost, safety, and general compliance. Clients are encouraged to submit PPQs directly to the offeror, who then submits them with their proposal to NAVFAC. The government reserves the right to verify all information provided.
    The document is a SOURCES SOUGHT – CONTRACTOR INFORMATION FORM, designed to collect essential contractor details for federal RFPs, grants, or local government proposals. The form requires contractors to provide general information such as their Unique Entity Identifier (UEI), CAGE code, firm name, address, and contact details of a point of contact (POC). It also mandates contractors to specify their business type, including options like large business, various small business classifications, and veteran-owned categories. Additionally, the form seeks information on the contractor’s bonding capacity, including surety name and maximum bond amounts for individual projects and overall aggregate limits. A section is provided for additional clarifications related to the information requested. The purpose of this form is to streamline the identification of potential contractors, help evaluate their capabilities, and facilitate compliance with federal contracting requirements. By consolidating necessary details in a structured format, it enhances the efficiency of the contractor selection process within the context of government solicitations.
    The Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic is conducting market research for the design-build project, P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity in Hampton Roads, Virginia. This sources sought notice invites eligible small businesses, especially service-disabled veteran-owned, 8(a), HUBZone, and women-owned firms, to express their interest and capability to perform the necessary construction services. The project involves building a new facility using permanent modular construction (PMC), which must comply with established codes and standards, and includes site preparation and utility tie-ins. The estimated construction value ranges from $100 million to $250 million, with contract awards anticipated by December 2025. Interested firms must demonstrate relevant experience, bonding capacity, and business status by submitting specific forms by March 26, 2025. Responses should highlight experience in projects of similar size and complexity, particularly in areas pertinent to modular construction. This notice is strictly for gathering information and does not constitute a solicitation for proposals. The Navy will use the responses to assess interest and determine how to proceed with the acquisition process while maintaining confidentiality regarding submissions.
    The document is a Sources Sought – Project Information Form aimed at gathering relevant project experience from contractors in relation to federal and state/local Requests for Proposals (RFPs). Contractors are instructed to complete the form for up to five projects, limiting their responses to two pages for each project. Key information required includes contractor name, project specifics (e.g., project number, title, location, and type of work), financial details (contract price, completion date), and roles (prime or subcontractor). Additionally, the form seeks a detailed project description and the percentage of work self-performed. The structured format encourages clarity in presenting relevant experience, facilitating the evaluation process for government procurement teams. This systematic approach ensures contractors provide comprehensive and comparable data, aligning with the requirements of government contract evaluations for new construction, repair, or renovation projects.
    This document is a Request for Proposal (RFP) (N4008525R2638) issued by NAVFAC Mid-Atlantic for a Design-Build project to construct a P1678 NATO JFCNF Phase II Interim Modular Facility at NSA Norfolk, VA. The acquisition, valued between $100,000,000 and $250,000,000, utilizes a two-phase design-build selection process. Phase I evaluates technical approach, experience (general construction, permanent modular construction, and design), past performance, and safety. Phase II, for selected offerors, evaluates technical solutions, small business utilization, and price. Key requirements include detailed experience in various construction types, robust safety plans (DART and TCR rates), and comprehensive small business subcontracting commitments. Offerors must submit proposals in separate price and non-price files, including an executed SF1442, a completed price proposal form, a bid bond, and current SAM registration. The contract will be a Firm Fixed Price (FFP) for construction services, emphasizing best value to the Government.
    Similar Opportunities
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, 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 timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    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.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Military Construction Project (MILCON) P732 Design-Bid-Build, Electrical Distribution System Upgrades (Gosport Substation Only) at Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P732, which involves the Design-Bid-Build of Electrical Distribution System Upgrades at the Gosport Substation within the Norfolk Naval Shipyard in Portsmouth, Virginia. The project aims to replace and enhance the capacity of primary power service components, modernize the SCADA system, and connect primary feeders, with an estimated construction magnitude between $100 million and $250 million and a total contract duration of 1825 days. Proposals will be evaluated based on price and several non-price factors, including construction experience, safety, schedule, small business participation, and past performance, with a minimum of 20% small business participation required. Interested contractors must submit their electronic proposals via the PIEE Solicitation Module by March 2, 2026, at 3:00 PM local time, and can direct inquiries to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Jennifer W. McDonald at jennifer.w.mcdonald2.civ@us.navy.mil.
    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.
    Repair BEQ AS4211
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Repair BEQ AS4211 project located at Marine Corps Air Station (MCAS) New River in North Carolina. This project, estimated to cost between $10 million and $25 million, involves extensive renovations and upgrades to various building systems, including the installation of a new fire alarm and mass notification system, as well as improvements to infrastructure such as parking lots and sidewalks. Only a select group of seven General MACC Contractors are eligible to submit proposals, with a proposal submission deadline set for January 14, 2025, and a completion timeline of 730 days post-award. Interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details and to ensure compliance with all requirements outlined in the solicitation documents.
    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.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The procurement is critical for supporting various military facilities and infrastructure, ensuring compliance with federal regulations and standards. Interested contractors must submit both price and non-price proposals by January 28, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    NAO HQ Emergency Operations Center Repairs and Upgrades
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to solicit bids for the repair and upgrade of the NAO HQ Emergency Operations Center located in Norfolk, Virginia. The project aims to establish a fully functional Emergency Operations Center (EOC) that will support the District Commander in responding to various emergencies, requiring comprehensive interior renovations, installation of backup power systems, and procurement of necessary furniture and equipment. This procurement is a total small business set-aside, with an estimated construction value between $1 million and $5 million, and the solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website around January 2026. Interested contractors should monitor the PIEE website for updates and are encouraged to contact Amy Coody or Tiffany Kirtsey for further inquiries.