ContractSolicitation

P1360: Joint Maritime Facility, Newfoundland, Canada

DEPT OF DEFENSE N6247026R0011
Response Deadline
Apr 16, 2026
15 days left
Days Remaining
15
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

NAVFAC Atlantic, under the Department of the Navy, is soliciting design-bid-build construction for the P1360 Joint Maritime Facility in Argentia, Newfoundland and Labrador, Canada. The work covers construction of a communication facility with administrative, support, maintenance, storage, and communications spaces, along with demolition of existing buildings and equipment, site improvements, environmental mitigation, and infrastructure for emergency power and electronic security systems. The project is to be performed in Canada and must comply with Canadian codes and laws, anti-terrorism and flood-hazard requirements, with award based on a best-value tradeoff considering construction experience, technical solution, safety, and past performance; the period of performance is 550 calendar days. Proposals are to be submitted electronically through the PIEE Solicitation Module, and the revised due date is April 2, 2026, at 2:00 PM Norfolk, Virginia local time, with a mandatory site visit scheduled for March 4, 2026, at 10:00 AM Newfoundland Standard Time.

Classification Codes

NAICS Code
236210
Industrial Building Construction
PSC Code
Y1EZ
CONSTRUCTION OF OTHER INDUSTRIAL BUILDINGS

Solicitation Documents

26 Files
P1360 Pre-Solicitation.pdf
PDF145 KBDec 3, 2025
AI Summary
Naval Facilities Engineering Command Atlantic will issue an unrestricted, full and open competitive Request for Proposal (RFP) around December 22, 2025, for a Design-Bid-Build, Firm Fixed Price contract. The project, P1360 Joint Maritime Facility in Newfoundland, Canada, involves constructing a low-rise communication facility with associated site features, utilities, and demolition of two existing buildings (Terminal Equipment Building and Generator Building). The new facility will include administration, maintenance, storage, communication equipment, logistics support, emergency power systems, and a communication vault. Construction will use precast concrete walls, reinforced concrete slabs and foundation, and steel framing for the roof. The project duration is approximately 550 days, with an estimated cost between $25,000,000 and $100,000,000. Evaluation factors will include Construction Experience, Technical Solution, Safety, and Past Performance. All solicitations and amendments will be posted on sam.gov (Solicitation Number: N62470-26-R-0011), and contractors must be registered in SAM to submit proposals.
Attachment F_P1360 DWG_Part 6 of 12.pdf
PDF10675 KBApr 1, 2026
AI Summary
The document outlines a comprehensive plan for the Joint Maritime Facility, Naval Facilities Engineering Systems Command - Atlantic, encompassing various engineering disciplines. It includes Erosion and Sediment Control Plans (Phases I and II), a Site Plan, Grading Plan, and Utility Plans with detailed storm profiles and water line specifications. The file also provides extensive construction keynotes and legends for various components such as erosion control measures (e.g., inlet protection, silt fences, check dams), concrete and paving details (e.g., sidewalks, parking bumpers, asphalt, joints), and utility infrastructure (e.g., manholes, catch basins, water main thrust blocks). Structural notes cover general requirements, design loads (live, snow, wind, seismic) according to both DOD and Canadian codes and criteria, and specific guidelines for foundations, slab-on-grade, concrete, structural steel, metal deck, special inspections, precast concrete walls, and cold-formed metal framing. The document emphasizes adherence to safety precautions, regulatory compliance, and coordination among different trades, all digitally signed for authenticity and dated January 28, 2026.
Attachment F_P1360 DWG_Part 12 of 12.pdf
PDF2481 KBApr 1, 2026
AI Summary
This government file details the Electronic Security System (ESS) plan for a Joint Maritime Facility under the Naval Facilities Engineering Systems Command - Atlantic. The project focuses on providing infrastructure, including conduit, junction boxes, and equipment cabinets, for Access Control and Intrusion Detection Systems (ACS + IDS) and Video Surveillance Systems (VSS). All devices, cabling, interconnections, and programming will be handled by other parties. The document includes general sheet notes, room schedules, rough-in details for ESS devices, and riser diagrams for both ACS + IDS and VSS. Specific attention is given to weatherproof enclosures for exterior devices and dedicated workstations for ESS enrollment and VSS local monitoring. The plans outline typical elevation details for single and double doors, emphasizing coordination with door hardware requirements and the provision of infrastructure only.
Attachment G - Representations and Certifications.pdf
PDF478 KBApr 1, 2026
AI Summary
This government file, titled "Attachment G REPRESENTATIONS AND CERTIFICATIONS," outlines critical compliance requirements for offerors seeking federal contracts. It focuses on several key areas: System for Award Management (SAM) registration, including unique entity identifiers and EFT indicators; annual representations and certifications covering various provisions such as small business size standards, independent price determination, and prohibitions on certain federal transactions (e.g., payments to influence, internal confidentiality agreements, covered telecommunications equipment); Commercial and Government Entity (CAGE) code reporting; representations regarding certain telecommunications and video surveillance services or equipment, emphasizing prohibitions under the John S. McCain National Defense Authorization Act; Federal Acquisition Supply Chain Security Act (FASCSA) orders; prohibitions on contracting with inverted domestic corporations; certifications regarding responsibility matters, including debarment, criminal offenses, and delinquent federal taxes; information regarding responsibility matters for contracts exceeding $10,000,000; representation by corporations regarding delinquent tax liability or felony convictions; certification regarding violations of arms control treaties; certification regarding trafficking in persons compliance plans; tax on certain foreign procurements; representation relating to compensation of former DoD officials; compliance with safeguarding covered defense information controls; and representation regarding business operations with the Maduro Regime and employment of individuals in the People's Republic of China. The document details the procedures for offerors to certify their compliance with these regulations, often through SAM or by providing specific disclosures, and highlights the consequences of non-compliance.
Solicitation - N6247026R0011.pdf
PDF911 KBApr 1, 2026
AI Summary
This government solicitation, number N6247026R0011, is a Request for Proposal (RFP) for the P1360: Joint Maritime Facility in Newfoundland, Canada. The project involves design-bid-build construction services with an estimated value between $25,000,000 and $100,000,000, and a completion time of 550 calendar days. The scope includes administration, support, maintenance, storage, communication equipment, logistics, emergency power resiliency, and a communication vault. Proposals are due by March 19, 2026, at 2:00 PM local time (Norfolk, VA) and must be submitted electronically via the PIEE Solicitation Module. A mandatory organized site visit is scheduled for March 4, 2026, at 10:00 AM Newfoundland Standard Time. Award will be based on a best-value tradeoff process, considering price and non-price factors: Construction Experience, Technical Solution, Safety (acceptable/unacceptable), and Past Performance. Offerors must be registered in the System for Award Management (SAM) and provide a 10% performance guarantee or 100% performance and payment bonds.
Attachment A - Pre-Proposal Inquiry Form.xlsx
Excel13 KBApr 1, 2026
AI Summary
The document,
Attachment B - Construction Experience Project Data Sheet.pdf
PDF39 KBApr 1, 2026
AI Summary
The
Attachment F_P1360 DWG_Part 7 of 12.pdf
PDF10309 KBApr 1, 2026
AI Summary
The document provides a detailed set of architectural drawings for a Joint Maritime Facility under the Naval Facilities Engineering Systems Command - Atlantic. The files, dated January 28, 2026, include various plans and elevations crucial for construction and renovation. Key components include reflected ceiling plans (A-106), roof plans (A-107), and exterior elevations (A-201, A-205, A-206) with detailed material legends and work keynotes. Interior details are covered through building sections (A-301, A-305), wall sections (A-302, A-306, A-307), enlarged floor plans (A-405), interior elevations (A-401, A-406) for various rooms like bunk rooms, toilets, showers, and offices, and casework sections (A-407). The document also outlines exterior details (A-501) and specific ceiling, penetration, fire-rated partition, and raised access floor details (A-502, A-505). This comprehensive set of plans details the facility's layout, structural components, and finishes, vital for any federal government construction RFP or project related to naval facilities.
Attachment F_P1360 DWG_Part 8 of 12.pdf
PDF10606 KBApr 1, 2026
AI Summary
The provided documents, A-506 to A-608, IF101, IF601, IG101, IG601, IN601, F-001, F-002, FA101, FA501, FA502, FX101, FX401, FK101, FK501, P-001 to P-104, P-401, P-501, P-502, P-601, P-602, P-701 to P-704, detail architectural, furniture, signage, interior finishes, fire protection, and plumbing specifications for the Joint Maritime Facility under the Naval Facilities Engineering Systems Command - Atlantic. The files include comprehensive plans and details for building components like soffits, walls, roofs, and various penetrations (A-506 to A-509). Specific attention is given to fire-rated constructions and access floor systems (A-509, A-510). Door, louver, and glazing schedules, along with detailed door and louver specifics, are provided (A-606, A-607, A-608). Interior layouts cover furniture, signage, and finish schedules (IF101, IF601, IG101, IG601, IN601). Fire safety systems are extensively documented, including sprinkler, fire alarm, air aspirating smoke detection, and clean agent extinguishing systems, with floor plans, device mounting, riser diagrams, and sequences of operations (F-001, F-002, FA101, FA501, FA502, FX101, FX401, FK101, FK501). Plumbing details encompass domestic water, sanitary/vent, radon mitigation, and fuel line systems, featuring floor plans, enlarged plans, piping diagrams, fixture schedules, and specific details for various components and controls for fuel storage (P-001 to P-104, P-401, P-501, P-502, P-601, P-602, P-701 to P-704).
Solicitation Amendment N6247026R0011 (0002).pdf
PDF160 KBApr 1, 2026
AI Summary
The document outlines an amendment to a solicitation, specifically modifying contact information and response deadlines. The initial response date was April 10, 2024, at 2:00 PM EST, which has been extended to April 15, 2024, at 2:00 PM EST. The amendment also includes a section for offeror acknowledgments, requiring signatures, names, titles, and contact details to confirm receipt of the amendment. Additionally, it specifies administrative changes related to the amendment's effective date, modification number, and associated codes, including a purchase request number and project number. The document emphasizes that proposals will not be considered if received after the revised deadline, ensuring all amendments are acknowledged for a valid submission.
Solicitation Amendment N6247026R00110001 (0001).pdf
PDF588 KBApr 1, 2026
AI Summary
This government file, an amendment to solicitation number N6247026R0011, revises the original solicitation and extends the proposal submission deadline. The main purpose is to formally notify potential offerors of changes to the Request for Proposal (RFP) by extending the due date for proposal submissions from March 19, 2026, to April 2, 2026, at 2:00 PM Norfolk, VA local time. The document also outlines the methods for offerors to acknowledge receipt of this amendment, emphasizing that failure to acknowledge or submit changes by the revised deadline may lead to rejection of their offer. This ensures all parties are aware of the updated timeline for submitting proposals for the contract action.
Attachment C - Past Performance Questionnaire (PPQ).pdf
PDF378 KBApr 1, 2026
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document for evaluating contractor performance in federal government RFPs, federal grants, and state/local RFPs. This form, completed by both the contractor and the client, gathers detailed information on contract specifics, project descriptions, and client roles. It includes a comprehensive rating system with definitions for
Attachment D - Schedule B Price Proposal Form.pdf
PDF370 KBApr 1, 2026
AI Summary
This document is a Schedule B Price Proposal Form for Project P1360: Joint Maritime Facility, outlining the cost breakdown for various components of the project. It includes a Base Price (CLIN 0001) covering the entire work, with sub-items for specific tasks such as completing the 1.5-meter line outside the building, site work outside the facility, removal of contaminated soils, undercut and disposal of unsuitable subgrade soils, and disposal of oily water and sludge. Additionally, there are three option items: Option Item 1 (CLIN 0002) for a second generator and tank, Option Item 2 (CLIN 0003) for an Electronic Security System (ESS) including IDS, ACS, and video systems, and Option Item 3 (CLIN 0004) for Furniture, Fixtures, and Equipment (FF&E). The form requires bidders to provide unit costs and sub-totals for each line item, ultimately calculating a total price for all CLINs.
Attachment E_P1360 SPECS_Part 1 of 5.pdf
PDF3088 KBApr 1, 2026
AI Summary
The NAVFAC ATLANTIC P1360 Joint Maritime Facility project involves the construction of a communication facility, demolition of existing equipment and utility buildings, and related site improvements near Argentia, Newfoundland, Canada. The project emphasizes compliance with Canadian codes, anti-terrorism features, and flood hazard area requirements, including raised finished floor elevations for critical equipment. Key components include administrative, support, maintenance, storage, and communication equipment spaces, along with emergency power resiliency systems. Extensive demolition and environmental mitigation for contaminated materials are planned. The document details administrative procedures, work restrictions, payment schedules using an Earned Value Report, and a comprehensive list of demolition and design drawings spanning architectural, structural, civil, mechanical, electrical, plumbing, fire protection, and communication systems.
Attachment E_P1360 SPECS_Part 2 of 5.pdf
PDF846 KBApr 1, 2026
AI Summary
The document outlines the final design submittal for the P1360 Joint Maritime Facility project, focusing on architectural precast concrete. Prepared by NAVFAC ATLANTIC and WSP CANADA INC., it details comprehensive requirements for materials, design, fabrication, and quality control, adhering to Canadian codes and various industry standards (CSA, ACI, ASTM, PCI, ASHRAE, ASME, AWS, AWPA, CPA). Key aspects include mix design, aggregates, cementitious materials, reinforcement, and embedded items. Rigorous testing and certification for manufacturers and erectors are mandated. The document also specifies precise tolerances, surface finishes, and repair procedures for precast concrete units. The project emphasizes sustainability, safety, and compliance with all applicable regulations, ensuring a high-quality and durable facility.
Attachment E_P1360 SPECS_Part 3 of 5.pdf
PDF2083 KBApr 1, 2026
AI Summary
This document outlines the specifications for Modified Bituminous Membrane Roofing (Section 07 52 00) and Flashing and Sheet Metal (Section 07 60 00) for the P1360 Joint Maritime Facility. It details the requirements for materials, installation procedures, quality assurance, and warranties. The roofing system must be a minimum three-ply SBS modified bitumen membrane, cold-applied, and comply with various industry standards and codes, including ASCE 7-16, ASTM, CSA, FM Global, and ICC IBC, particularly concerning wind uplift and fire resistance. The document also specifies qualifications for manufacturers and applicators, requiring a minimum of five years' experience. Extensive submittals are mandated for government approval, covering product data, design data, certificates, and manufacturer's instructions. Environmental conditions for installation, protection of property, and detailed application methods for the membrane, base sheets, cap sheets, and flashing are provided. Warranties are a key focus, requiring a 20-year "No-Dollar-Limit" warranty from the manufacturer and a two-year warranty from the installer. Field quality control, including construction monitoring, material sampling, and a roof drain test, are also stipulated, along with an infrared inspection eight months post-completion. Instructions for government personnel on maintenance and an information card for facility records are also required.
Attachment E_P1360 SPECS_Part 4 of 5.pdf
PDF1931 KBApr 1, 2026
AI Summary
The "P1360 Joint Maritime Facility Final Design Submittal - Volume 4 of 5" outlines the comprehensive design specifications for the P1360 Joint Maritime Facility project by NAVFAC ATLANTIC. The document details requirements for various construction divisions, including procurement, general requirements, existing conditions, concrete, metals, wood, thermal and moisture protection, openings, finishes, specialties, furnishings, fire suppression, plumbing, HVAC, integrated automation, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. It emphasizes compliance with Canadian codes and laws, outlines submittal procedures, certifications for refrigeration technicians, and rigorous safety standards for equipment and installation. Key sections focus on water chillers, vapor compression type, including product specifications, factory coating, coil corrosion protection, and extensive field acceptance testing protocols, ensuring performance, safety, and adherence to environmental regulations, especially concerning refrigerants.
Attachment E_P1360 SPECS_Part 5 of 5.pdf
PDF1098 KBApr 1, 2026
AI Summary
The document, "P1360 Joint Maritime Facility Final Design Submittal - Volume 5 of 5," outlines the comprehensive specifications for pavement markings, covering surface preparation, materials, application, and quality control. This includes detailed procedures for measurement and payment, adherence to various industry standards (CGSB, AASHTO, ASTM, MPI, SAE, FAA, FHWA, GSA, ICRI), and strict submittal requirements for equipment lists, product data, test reports, and certifications. The project emphasizes environmental requirements, traffic control, and lighting for night operations. It details various marking materials like waterborne, solventborne, methacrylate, epoxy, and thermoplastic paints, along with preformed tapes and raised pavement markers. Application methods for each material are specified, including equipment for surface preparation, paint, and thermoplastic application. Stringent quality assurance measures, including sampling, testing, dimensional tolerances, and bond failure verification, are mandated to ensure compliance with all Canadian codes and laws, reflecting a commitment to safety and regulatory adherence for the Joint Maritime Facility.
Attachment F_P1360 DWG_Part 1 of 12.pdf
PDF4648 KBApr 1, 2026
AI Summary
The Joint Maritime Facility project, dated January 23, 2026, details the final submittal for a project overseen by the Naval Facilities Engineering Systems Command - Atlantic. The document includes comprehensive information on various building code compliance aspects, site plans, and air barrier details. Key sections cover IBC allowable height and area classifications (Groups B, S-1, R-3), fire resistance ratings for building elements and opening protectives, and NFPA fire resistance ratings. It also outlines occupant load and egress capacity calculations, fire protection requirements, and interior finishes. Site plans provide precise measurements and graphical scales, while air barrier key plans and building sections detail enclosure surface areas and general notes related to the building's exterior envelope. Digital signatures from Matthew.Rodgers@wsp.com and other signatories authenticate the document.
Attachment F_P1360 DWG_Part 2 of 12.pdf
PDF8518 KBApr 1, 2026
AI Summary
The document provides geotechnical and excavation guidelines for the Joint Maritime Facility, Naval Facilities Engineering Systems Command - Atlantic. It clarifies that soil boring records are interpretations, not exact representations, and groundwater levels may fluctuate. The report details the subsurface exploration plan, noting borings performed by AECOM-BAKER. Crucially, it outlines the footing undercut excavation plan, specifying minimum excavation depths and extents for certain column lines. The contractor is responsible for dewatering and maintaining stable excavation sides. It also allows for a cost credit variance if test pits confirm the absence of a tidal marsh deposit, eliminating the need for undercutting in those areas. The project emphasizes adherence to earthwork specifications for backfill and compaction.
Attachment F_P1360 DWG_Part 3 of 12.pdf
PDF9010 KBApr 1, 2026
AI Summary
The provided document, titled "JOINT MARITIME FACILITY NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND - ATLANTIC SUBSURFACE EXPLORATION RECORDS," appears to be a record of subsurface exploration activities for a joint maritime facility. The document reiterates its title and purpose, indicating its focus on geological or topographical surveys relevant to the facility's construction or maintenance. A key detail is the conversion factor provided: 1 meter = 3.28 feet. The document includes a digital signature with a date of January 28, 2026, at 16:52:18-05'00', suggesting it is an official and dated record. The repetitive nature of the content and the digital signature indicate a formal record-keeping process for this type of government project, likely related to federal RFPs or infrastructure grants.
Attachment F_P1360 DWG_Part 4 of 12.pdf
PDF9131 KBApr 1, 2026
AI Summary
The document, titled "JOINT MARITIME FACILITY NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND - ATLANTIC SUBSURFACE EXPLORATION RECORDS," details subsurface exploration records for the Joint Maritime Facility under the Naval Facilities Engineering Systems Command - Atlantic. The document includes a note clarifying that 1 meter is equivalent to 3.28 feet. The file is digitally signed with a date of January 28, 2026, at 16:53:16-05'00'. The repetition of the title and digital signature suggests a brief or perhaps an excerpted document related to federal government infrastructure or environmental assessment projects, likely preceding an RFP or grant application for further work or analysis at the facility.
Attachment F_P1360 DWG_Part 5 of 12.pdf
PDF10187 KBApr 1, 2026
AI Summary
The document outlines subsurface exploration and survey records for the Joint Maritime Facility under the Naval Facilities Engineering Systems Command - Atlantic. It includes general notes, legends, abbreviations, and design standards, with specific sections for utility notes, existing conditions plans, and structure information. The repeated digital signatures and date of January 28, 2026, indicate a formal and verified record-keeping process for engineering and facility management. This document is likely part of a federal government RFP or project documentation, detailing foundational geological and structural information for ongoing or future development and maintenance at the facility.
Attachment F_P1360 DWG_Part 9 of 12.pdf
PDF9746 KBApr 1, 2026
AI Summary
This government file details the mechanical and electrical plans for the Joint Maritime Facility under the Naval Facilities Engineering Systems Command - Atlantic. The mechanical section (M-series) covers HVAC, piping, ductwork, and various mechanical equipment details, including bracing, supports, and control diagrams for systems like chilled water and dedicated outdoor air systems. It also includes schedules for fans, chillers, pumps, and other units. The electrical section (E-series) outlines electrical legends, abbreviations, and demolition and site plans. It specifies the removal of existing electrical infrastructure and the installation of new primary and secondary electrical services, telecommunications, and electronic security systems, including detailed plans for transformers, duct banks, and cabling, all in accordance with Canadian Electrical Code and additional specifications.
Attachment F_P1360 DWG_Part 10 of 12.pdf
PDF10055 KBApr 1, 2026
AI Summary
The Joint Maritime Facility's Naval Facilities Engineering Systems Command - Atlantic outlines detailed electrical installations for lighting, power, and mechanical equipment. Adhering to Canadian Electrical Code (CEC C22.x) standards, the project covers various rooms and exterior areas, specifying luminaire types, lighting controls (motion sensors, photocells, astronomical timeswitches), and voltage requirements (120V, 277V). The electrical power plan includes specifications for switchboards, uninterruptible power systems (UPS A and B), emergency diesel generators (A and B), transformers, fire alarm/suppression panels, and connections for HVAC/mechanical equipment like chillers, pumps, and heaters. The plan also details feeder schedules and circuit breaker ratings, emphasizing emergency power provisions and the prohibition of EMT installation in specific areas. The document provides comprehensive electrical schematics and equipment schedules essential for the facility's operational and safety requirements.
Attachment F_P1360 DWG_Part 11 of 12.pdf
PDF10158 KBApr 1, 2026
AI Summary
The document outlines electrical panelboard and grounding schedules for the Joint Maritime Facility, Naval Facilities Engineering Systems Command - Atlantic. It details specifications for various panelboards including MH112, ML112, ML112A, PDU-1A, PDU-2A, PDU-AB, PDU-1B, PDU-2B, and GL115, listing connected loads in amperes for equipment such as ACCH, CRAH, DOAS, EUH, EF, PFE, COMMS, and MISSION RACKS. The document also provides comprehensive plans for electrical grounding and a lightning protection system, adhering to Canadian Electrical Code (CAN/CSA C22.x) and NFPA 780 requirements. Key elements include grounding counterpoise, signal reference equipotential ground planes, down conductors, air terminals, and various bonding and termination details, ensuring robust electrical infrastructure and safety protocols.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 2, 2025
amendedAmendment #1· Description UpdatedMar 9, 2026
amendedLatest Amendment· Description UpdatedApr 1, 2026
deadlineResponse DeadlineApr 16, 2026
expiryArchive DateFeb 2, 2027

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM ATLANTIC

Point of Contact

Place of Performance

Argentia, Newfoundland and Labrador, CANADA

Official Sources