ContractSolicitation

MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP

DEPT OF DEFENSE N6247026R0012
Response Deadline
Apr 2, 2026
1 days left
Days Remaining
1
Until deadline
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM Atlantic), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The contract, valued between $25 million and $100 million, aims to support significant waterfront and industrial construction projects, emphasizing compliance with safety, management, and small business participation requirements. This procurement is critical for maintaining and upgrading essential facilities that support national defense operations. Interested contractors must submit their proposals electronically via the PIEE Solicitation Module by April 2, 2026, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
Y1PZ
CONSTRUCTION OF OTHER NON-BUILDING FACILITIES

Solicitation Documents

82 Files
Att. Z) B60 Continuation Sheet AMD 004.pdf
PDF87 KBMar 13, 2026
AI Summary
This document outlines Amendment 004, detailing revisions to drawings and specifications for a government project. Key changes effective January 27, 2026, include the deletion and replacement of five specific drawings: G-006, G-008, G-009, SB101, and SB102. Additionally, several specification sections have been revised. Notably, the Period of Performance for the Base Bid is now 622 calendar days, and contractor mobilization is set for no sooner than 45 calendar days after contract award, with construction activities commencing no sooner than 90 calendar days after award. The entire 'Work Restrictions' specification section (01 14 00.00 22) and its Attachment E have been deleted and replaced. Administrative requirements in section 01 30 00.00 22 have been updated regarding meeting schedules and internal service requirements. Other revisions include the deletion of the 'Post Award Kickoff (PAK)' item from meeting minutes, removal of specific Quality Control Specialist roles, and adjustments to fire resistance ratings in section 07 81 00.
Att. G) - PIEE Vendor Access Instructions.pdf
PDF510 KBMar 13, 2026
AI Summary
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide provides instructions for new and existing users to register and manage vendor roles within the DoD's PIEE platform. This system automates and secures solicitation processes. New users follow a step-by-step registration, creating an account and selecting roles like 'Proposal Manager' or 'Proposal View Only,' which determine access to actions such as submitting offers or viewing them. Existing users can add additional roles by updating their profiles. The guide also details various support resources, including help for new companies, account administrators, and technical assistance. A matrix clarifies the actions and menu items available for each role, emphasizing the 'Proposal Manager' role for submitting offers.
Att. T) Price_schedule.pdf
PDF145 KBDec 12, 2025
AI Summary
This document outlines the B60 Price Schedule for Production Facility Repairs, detailing a comprehensive list of base price items and optional work. The base price includes structural/architectural, fire protection, mechanical, plumbing, electrical, civil earthwork, building demolition, hazardous material removal (industrial equipment, general hazardous materials, lead/cadmium/chromium paint, asbestos in various forms), utility connections, soil removal/backfill, and testing for hazardous materials (PLM, TEM, Paint, Dust, PCB). It also covers micropile installation, drilling spoils removal, and repairs to flooring, ceilings, and masonry. Optional items include Furniture, Furnishings, and Equipment (FF&E), Industrial Equipment procurement/installation, radon fans, Electronic Security Systems (ESS), wood window repairs, Additional Annex Repairs, Additional Finishes, Electrical Service Infrastructure, Resinous Flooring, and Communication Service Routing. The government reserves the right to exercise options 6 through 12 unilaterally within 365 days post-award. Award will be based on the total sum of Line Item 1, with options evaluated by adding their price to Line Item 1's total. Additional bonding and surety consent are required if options are exercised.
Att.pdf
PDF76 KBMar 13, 2026
AI Summary
The document is a Table of Contents for Amendment 0008, listing numerous attachments related to a government procurement or grant. Each entry in the table identifies a specific document or section by a numerical or alphanumeric code, followed by a revision indicator (e.g., R1, R2) and
Solicitation Amendment N6247026R00120008 SF 30.pdf
PDF623 KBMar 13, 2026
AI Summary
This government file, Amendment 0008 to Solicitation N6247026R0012, details the amendment/modification of a solicitation for a Multiple Award Construction Contract (MACC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement, valued between $25 million and $100 million, targets heavy waterfront and industrial construction projects for the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic. It outlines proposal submission requirements via the PIEE Solicitation Module, evaluation factors for award including corporate experience (construction and design), safety, management approach, schedule, small business utilization, and past performance. The amendment specifies detailed submittal requirements for each factor, emphasizing contractor responsibility, financial resources, and commitment to small business participation. The initial
Att. S) FFE Final Package-R1_AMENDMENT 008.pdf
PDF7897 KBMar 13, 2026
AI Summary
The document is an RFP for Furniture, Fixtures & Equipment (FF&E) and Industrial Equipment for the B60 Production Facility Repairs-SIOP at Portsmouth Naval Shipyard, Kittery, Maine. It outlines two main options: FF&E and Industrial Equipment, with detailed lists of items, quantities, and estimated costs. The FF&E section includes office chairs, desks, workstations, tables, storage units, and appliances like refrigerators, microwaves, and various trash receptacles. It also specifies fire extinguishers, whiteboards, and Panasonic LED-backlit LCD displays with associated mounting hardware. The Industrial Equipment section details various Juki sewing machines, Thermex Thermatron RF Heat Sealers, an Edward Segal Grommet Machine, a Gerber Industrial Textile CNC Cutter, a Pac Machinery Poly Bag Sealer, heavy-duty racks, cabinets, tool cabinets, hazardous material cabinets, cantilever racks, waste containers, shelving, extension cord reels, compressed air reels, cable protector ramps, and workbenches. The document includes a preliminary cost summary for both options, covering product totals, shipping, installation, project management, design fees, and applicable taxes. It also provides equipment specifications for the Thermatron 15 kW Radio Frequency Dielectric Heat Sealer, highlighting its scope and intended application for bonding vinyl or polyether-based polyurethane materials.
Att. T) Price Schedule AMD 0008.pdf
PDF129 KBMar 13, 2026
AI Summary
This document outlines the B60 Price Schedule for Production Facility Repairs, detailing a comprehensive list of base price items and optional work. The base price includes structural, architectural, fire protection, mechanical, plumbing, electrical, civil earthwork, demolition, and hazardous material abatement. Specific unit prices are requested for tasks like rock removal, hazardous material abatement (lead paint, asbestos pipe insulation, joint compound, sealant, floor tile, trench debris), and various material testing (PLM, TEM, RCRA 8, PCB). Optional items cover furniture, new equipment procurement, industrial equipment installation, radon fans, electronic security systems, wood window repairs, annex repairs, additional finishes, electrical service infrastructure, resinous flooring, and communication service routing. The government reserves the right to award option items within a specified timeframe, with options potentially impacting the contract completion date and requiring additional bonding. All quantities for unit-priced items are estimated, and contractors must track actual quantities for invoicing.
Att. Y) PPI responses AMD 0008.pdf
PDF324 KBMar 13, 2026
AI Summary
The document is a collection of Government Answers to Pre-Proposal Inquiries (PPIs) related to a federal government Request for Proposal (RFP) for a Multiple Award Construction Contract (MACC). The PPIs cover various aspects of the solicitation, including project duration, small business participation, corporate and design experience requirements, proposal submission procedures, technical specifications, and pricing. The Government's responses clarify discrepancies, confirm requirements, and refer offerors to amendments or specific sections of the solicitation for further details. Key clarifications include project duration, small business subcontracting goals, experience project completion timelines, submission of design firm information, handling of CUI, schedule development, post-award meeting details, Tier 1 Infrastructure requirements, outage procedures, attachment requirements, page limitations, financial statement submissions, and site visit information. Many responses direct offerors to
_B60_Continuation Sheet_Amendment 008.pdf
PDF97 KBMar 13, 2026
AI Summary
Amendment 0008 to a government file revises and replaces numerous drawings and specifications, effective March 10, 2026. Key changes include the replacement of 26 drawings covering general project notes, hazardous materials, site plans, foundation removals, structural details, floor plans, elevations, signage, reflected ceiling plans, equipment schedules, plumbing plans, and mechanical ductwork and piping plans. Additionally, eight drawings have been revised without reissuance, addressing details in foundation plans, structural framing, signage quantities, and mechanical and fire protection notes. No new drawings were added or deleted. Several specification sections are also updated, with deletions, replacements, and revisions to documents related to the list of drawings, summary of work, quality control, hazardous material remediation, fire extinguishers, and HVAC vibration controls. The amendment also replaces the Furniture, Fixtures & Equipment (FF&E) package.
_ATTAC1.pdf
PDF1838 KBMar 13, 2026
AI Summary
The document outlines a schedule for Fire Protection Quality Control (FPQC) Specialists to conduct inspections of fire protection systems during construction, pre-final acceptance, and final acceptance phases. These inspections include visual assessments of installations like underground piping, fire hydrants, sprinkler systems, passive fire protection elements (fire-rated assemblies, fireproofing, firestopping), and fire alarm systems. The FPQC Specialist is also responsible for observing various tests, such as hydrostatic/leak tests, system flushes, and fire pump startups, to ensure compliance with contract requirements and applicable codes. All inspections and observations, including any identified deficiencies and successful work, must be thoroughly documented in an FPQC Report. During pre-final and final acceptance, the specialist verifies system installation, witnesses functional testing, identifies and verifies the correction of deficiencies, and certifies system conformance to contract documents.
01 11 00.00 22_R1_AMENDMENT 008.pdf
PDF1643 KBMar 13, 2026
AI Summary
The Portsmouth Naval Shipyard in Kittery, Maine, is undertaking the B60: Production Facility Repairs - SIOP project, focusing on structural upgrades, life safety enhancements, and accessibility improvements for Building 60, an historic facility. The project includes hazardous materials abatement, power distribution upgrades, building envelope repairs, and interior renovations, all while maintaining critical shipyard operations. The base bid has a 622-day performance period, with eleven options for additional work such as FF&E, industrial equipment, radon fans, electronic security systems, window restoration, annex repairs, finishes, electrical infrastructure, resinous flooring, and communication routing. Contractor mobilization begins 45 days post-award, with construction starting 90 days after. Strict coordination procedures, environmental goals, and specific personnel requirements, including a Project Manager, Superintendent, SSHO, and Quality Control Manager, are mandated. Salvage plans and coordination with secure network providers are also critical components.
02 82 00.00 22_R1_AMENDMENT 008.pdf
PDF1703 KBMar 13, 2026
AI Summary
This government file outlines the comprehensive requirements for asbestos remediation during repairs at the Portsmouth Naval Shipyard in Kittery, Maine. It details strict adherence to federal, state, and local regulations, including OSHA, EPA, and Maine's Asbestos Management Regulation. Key aspects cover definitions of asbestos-containing materials and related terms, extensive medical and training requirements for personnel, and mandatory permits and notifications. The document specifies detailed work procedures, safety precautions, and equipment standards, such as negative pressure enclosures, HEPA filters, and personal protective equipment. It also mandates a comprehensive Asbestos Hazard Abatement Plan, continuous air monitoring, and specific disposal protocols, ensuring worker safety and environmental protection during all asbestos abatement activities.
02 83 00.00 22_R1_AMENDMENT 008.pdf
PDF1705 KBMar 13, 2026
AI Summary
This government file outlines the stringent requirements for managing lead, cadmium, and chromium (VI) during renovation, demolition, construction, removal, and abatement projects at the Portsmouth Naval Shipyard in Kittery, Maine. It details federal, state, and local regulations, including OSHA and EPA standards, for worker protection and environmental safety. The document defines key terms like 'action level' and 'permissible exposure limit' for these heavy metals and categorizes work operations based on exposure risk. It mandates comprehensive plans for compliance, waste management, and occupant protection, along with specific qualifications for personnel like Competent Persons (CP) and Certified Industrial Hygienists (CIH). The file also specifies requirements for sampling, analysis, medical surveillance, respiratory protection, and the use of specialized equipment like HEPA-filtered negative air pressure systems to prevent contamination.
02 84 16.00 22_R1_AMENDMENT 008.pdf
PDF1634 KBMar 13, 2026
AI Summary
This government file details the requirements for handling, removal, storage, and disposal of lighting ballasts containing Polychlorinated Biphenyls (PCBs) and mercury-containing lamps at the Portsmouth Naval Shipyard in Kittery, Maine. The project, B60: PRODUCTION FACILITY REPAIRS - SIOP, mandates strict adherence to federal regulations, including various sections of 29 CFR and 40 CFR, particularly concerning hazardous waste management and PCB prohibitions. Key requirements involve the certification and oversight of a Certified Industrial Hygienist (CIH), comprehensive training for all personnel, and the submission of detailed work and disposal plans. The contractor is responsible for proper labeling, transportation, and disposal of waste at permitted sites, ensuring compliance with EPA identification number requirements and spill cleanup procedures. The document emphasizes safety protocols, environmental protection, and meticulous record-keeping throughout the process.
04_G-004A_R1_AMENDMENT 008.pdf
PDF296 KBMar 13, 2026
AI Summary
The document, part of federal government RFPs, outlines general symbols, abbreviations, and extensive project notes for repairs on Building 60 at Portsmouth Naval Shipyard, Kittery, ME. It covers general construction, hazardous materials, masonry cleaning/repair/repointing, and general removals, emphasizing compliance with federal, state, and local regulations and historic preservation standards. Key points include managing hazardous materials like asbestos, lead-based paint, PCBs, and mercury, requiring permits and qualified personnel. The project, identified by CLINs 001-004 and several option items, involves significant coordination, adherence to strict building codes (UFC, IMC, NFPA 70, IPC), and careful handling of historic elements. The document also details specific requirements for site maintenance, utility management, and structural considerations, ensuring safety, environmental protection, and preservation of the historic facility.
27_HM604_R1_AMENDMENT 008.pdf
PDF360 KBMar 13, 2026
AI Summary
The document,
31_CS101_R1_AMENDMENT 008.pdf
PDF1649 KBMar 13, 2026
AI Summary
The document outlines the "B60 REPAIRS" project at Portsmouth Naval Shipyard in Kittery, ME, focusing on site and utilities planning. The project includes extensive work on electrical ductbanks, water lines, pipe trenches, and fire protection systems for Buildings 59, 60, 62A, and 65. Key aspects involve concrete equipment pads, stoops, bollards, and pavement markings. General notes detail requirements for electrical, telecommunications, mechanical, plumbing, and fire protection scopes, emphasizing archaeological and site constraints. Provisions for rock removal and coordination with the Contracting Officer for final equipment and pad layouts are also included. The project ensures upgrades adhere to NAVFAC standards, with an emphasis on safety and compliance for essential infrastructure repairs.
46_SD101_R1_AMENDMENT 008.pdf
PDF319 KBMar 13, 2026
AI Summary
The document outlines the "B60 REPAIRS FOUNDATION REMOVALS PART PLAN - EAST" project at Portsmouth Naval Shipyard in Kittery, Maine. This project involves detailed demolition and removal of existing structural components, including concrete slabs, foundation walls, floor drains, and steel columns. Key tasks include sawcutting and removing reinforced concrete slabs and foundation walls, removing existing floor drains, and dismantling steel columns with their base plates and anchors. The plan also specifies patching anchor holes with non-shrink grout. The document provides existing keynotes such as top of existing slab-on-ground elevation, existing raised slab-on-ground elevation, and references for new water and power line entrances. It also notes that existing steel framing paint coating is lead-containing and provides approximate existing ledge elevations. A critical detail is the provision for 30 cubic yards of rock removal, tracked as a unit price in addition to quantities included in the lump sum base bid. The project is managed by NAVFAC Mid-Atlantic and indicates revisions up to March 10, 2026.
47_SD102_R1_AMENDMENT 008.pdf
PDF234 KBMar 13, 2026
AI Summary
The document outlines detailed plans for foundation removals at the Portsmouth Naval Shipyard in Kittery, Maine, specifically for Building 60 repairs. The project involves the removal of various existing structural elements, including concrete slabs, footings, curbs, walls, trenches, and steel columns and stair components. Key tasks include sawcutting and removing reinforced concrete slabs, trench walls, and equipment foundations of varying depths and dimensions. The plan also details the removal of specific steel columns, jib cranes, and anchor rods. General notes provide critical information such as existing slab and wood plank floor elevations, the presence of lead-containing paint on existing steel framing, and approximate existing ledge elevations. Additionally, the document specifies a quantity of 30 cubic yards of rock removal to be tracked as a unit price, separate from quantities indicated in the lump sum base bid. This comprehensive removal plan is crucial for the structural repairs of Building 60.
56_SB102_R2_AMENDMENT 008.pdf
PDF519 KBMar 13, 2026
AI Summary
The document, identified as NAVFAC Drawing No. SB102 for "B60 REPAIRS FOUNDATION PART PLAN - WEST" at Portsmouth Naval Shipyard, Kittery, ME, outlines proposed and existing structural elements. It details various reinforced concrete components such as slabs-on-ground, foundation walls, piers, and footings, along with existing ledges and utilities like storm drain and water lines. The plan includes specific construction details for infilling trenches and equipment pits, interior bollards, grating, and an elevator sump pit. Keynotes provide specifications for new elements and descriptions of existing structures. General notes specify slab elevation, refer to pile layouts, and state that existing ledge elevations are approximate. The document is part of a larger project, with revisions and approvals dated up to March 10, 2026, indicating ongoing infrastructure work within Tier 1 Infrastructure Work Area.
65_SF105_R1_AMENDMENT 008.pdf
PDF334 KBMar 13, 2026
AI Summary
The document,
68_SF502_R1_AMENDMENT 008.pdf
PDF318 KBMar 13, 2026
AI Summary
This government file details structural repairs and construction specifications for the Portsmouth Naval Shipyard in Kittery, Maine, project number 1740579. It outlines comprehensive instructions for masonry crack repairs, including the use of stainless steel helical stitch ties set in epoxy grout, and specifies the quantity of such repairs both indicated on drawings and for unforeseen work. The document also provides detailed structural plans for cold-formed metal framing components, including headers for coiling doors, wall studs, ceiling joists, rim joists, and floor decking. Specific connectors, fasteners, and their placement are meticulously described. The plans include elevation and section views for various structural elements and connections, ensuring adherence to design and safety standards for the B60 Repairs project.
72_SF506_R1_AMENDMENT 008.pdf
PDF302 KBMar 13, 2026
AI Summary
The document provides detailed structural and mechanical drawings for various repair and support projects at the Portsmouth Naval Shipyard in Kittery, Maine. Key details include the Compressed Air/Electrical Hose Reel Support, Heat Exchanger Support Frame, existing Girt to C8x11.5 Door Jamb, and Attic Piping Support. The plans specify materials, dimensions, and installation procedures, such as threaded rod concrete anchors, slotted channels, and steel base plates. A critical note emphasizes performing a Ground Penetrating Radar survey to avoid damaging existing slab reinforcement when placing concrete anchors. The document also includes approval signatures and project information from NAVFAC, highlighting adherence to structural integrity and safety standards in federal government projects.
93_AE102_R2_AMENDMENT 008.pdf
PDF543 KBMar 13, 2026
AI Summary
The document outlines architectural plans for repairs at Building 60, Portsmouth Naval Shipyard, Kittery, ME, focusing on the first floor's west section. Key aspects include general notes for construction, coordination with the contracting officer due to the building being occupied, and specific repair work such as patching and repairing wood floors. The plans detail various rooms like offices, stairs, mechanical, electrical, and custodial areas, with specific dimensions and structural elements. It also includes keynotes for industrial equipment, historic wood window/door restoration, metal-framed mezzanine and stair structures, slab patching, plumbing fixtures, and bollards. The document also specifies refinishing wood plank flooring and using water-resistant gypsum board. Revisions to the plans are noted, with the final submission in October 2025 and an amendment in March 2026.
95_AE104_R1_AMENDMENT 008.pdf
PDF404 KBMar 13, 2026
AI Summary
The document,
96_AE105_R1_AMENDMENT 008.pdf
PDF427 KBMar 13, 2026
AI Summary
The document,
102_AE131_R1_AMENDMENT 008.pdf
PDF246 KBMar 13, 2026
AI Summary
This document, AE131 "Typical Signage Details" for project B60 Repairs at Portsmouth Naval Shipyard, Kittery, ME, outlines various sign types with specific design and textual requirements. The signs include directional, informational, and safety messages for different areas of a building. Key details cover text size, tactile features, Grade 2 Braille, and pictogram use for signs like "WOMEN," "MEN," "EXIT," "STAIR A," and room numbers. Specific signs are detailed for fire extinguishers, elevator stops, roof access, and mezzanine level warnings. The document also includes approval signatures and revision history, indicating it is part of a larger architectural or safety compliance project within a federal facility.
105_AE202_R1_AMENDMENT 008.pdf
PDF1234 KBMar 13, 2026
AI Summary
The document outlines exterior elevation repairs for Building 60 at Portsmouth Naval Shipyard in Kittery, ME, focusing on historical preservation. Key aspects include masonry restoration, specifically repointing (200 LF), penetration patching (30 locations for <1" and 10 locations for 1-1/2"), and crack repair (30 LF). The project emphasizes adherence to National Park Service Technical Preservation Services Brief 2 for masonry work, requiring mortar analysis and mock-up approvals. Additionally, it details the repair and restoration of historic wood windows and doors, utilizing existing stored sash units for parts. The repairs also address lightning protection, light fixtures, and various penetrations (electrical, mechanical, plumbing). Coordination with the Contracting Officer for final repair locations and adherence to structural and removal sheets are highlighted. The document includes elevation views (West and South) with scales and references other sheets for detailed schedules and masonry repair specifics.
142_AE704_R1_AMENDMENT 008.pdf
PDF749 KBMar 13, 2026
AI Summary
The document outlines a project for repairs and modifications to the second floor reflected ceiling plan of Building 60 at Portsmouth Naval Shipyard, Kittery, ME. Key aspects include detailed instructions for ceiling work, specifically focusing on the removal, replacement, and patching of existing historic beadboard ceilings. The project specifies the need to replace deteriorated beadboard, infill holes with salvaged material, and install new beadboard where historic material is removed. It also addresses the integration of various ceiling types, such as gypsum board and acoustical ceiling tile systems, along with the placement of light fixtures, emergency lights, exit signs, diffusers, and grilles. General notes provide guidance on wall and ceiling types, room finishes, and the handling of beadboard for bidding purposes. The plan includes a legend for symbols used in the reflected ceiling plan and a beadboard profile detail. The project involves coordinating with the Contracting Officer for unindicated deteriorated beadboard replacement and emphasizes the inclusion of all specified quantities in the lump sum base bid.
148_AE804_R1_AMENDMENT 008.pdf
PDF562 KBMar 13, 2026
AI Summary
The document provides a detailed Second Floor FF&E Plan (Option 1) for B60 Repairs at the Portsmouth Naval Shipyard in Kittery, ME. It includes an FF&E schedule listing various items such as appliances, accessories, storage, desks, tables, and chairs, along with their descriptions and quantities for specific rooms. The plan outlines general notes regarding tagged items in the FF&E package, items not in contract (NIC) for coordination, and references for item descriptions and room finish schedules. This document is crucial for coordinating furniture, fixtures, and equipment installations within the project, ensuring proper procurement and placement in accordance with the Naval Facilities Engineering Systems Command standards.
152_G-004B_R1_AMENDMENT 008.pdf
PDF296 KBMar 13, 2026
AI Summary
This government file outlines general symbols, abbreviations, and project notes for repairs to Building 60 at the Portsmouth Naval Shipyard in Kittery, ME. It covers general construction, hazardous materials management, masonry repair, and removals, detailing specifications and code compliance. Key hazardous materials include asbestos, lead-based paint, PCBs, and mercury, requiring specific handling and disposal procedures in accordance with federal, state, and local regulations. The project emphasizes the historic nature of Building 60, mandating adherence to the Secretary of the Interior's Standards for the Treatment of Historic Properties and requiring coordination with cultural resources managers. The document also lists contract line item numbers (CLINs) and option items for the project.
161_Q-601_R1_AMENDMENT 008.pdf
PDF260 KBMar 13, 2026
AI Summary
This government file details an equipment schedule for Building 60, outlining general notes for contractors involved in purchasing, installing, and relocating industrial equipment. The project involves new contractor-purchased and installed equipment, government-relocated equipment installed by the contractor, and shipyard-provided and installed equipment. Key responsibilities include coordinating equipment layout with various engineering disciplines, patching anchorage holes, coordinating utility connections, and testing existing equipment before and after relocation. The schedule also highlights several items requiring sole sourcing due to customized modifications or specific make/model requirements. The document provides a comprehensive list of equipment, including sewing machines, heat sealers, CNC fabric cutters, various tables, racks, cabinets, and other shop essentials, specifying their status (new, existing, or shipyard) and relevant remarks for installation and coordination.
178_P-401_R1_AMENDMENT 008.pdf
PDF532 KBMar 13, 2026
AI Summary
The document,
182_P-601_R1_AMENDMENT 008.pdf
PDF878 KBMar 13, 2026
AI Summary
The document outlines detailed plumbing schedules and specifications for various systems within a government facility, likely in support of an RFP or grant for infrastructure upgrades. It covers pump, plumbing fixture, backflow preventer, electric water heater, mixing valve, expansion tank, automatic trap primer, radon fan, and drain schedules, along with piping details for an electric water heater and emergency eyewash station. Key requirements include stainless steel pumps for potable water, packaged pump systems with alarm panels, ADA-compliant fixtures, specific temperature limiting devices for faucets, and adherence to design specifications for all components. The document emphasizes safety and compliance, particularly for emergency eyewash stations, and includes notes on installation, maintenance, and material requirements.
187_MD103_R1_AMENDMENT 008.pdf
PDF918 KBMar 13, 2026
AI Summary
The document outlines the First Floor Mechanical Ductwork Removals Plan - West for Building 60 at Portsmouth Naval Shipyard in Kittery, ME. The primary purpose is to detail the removal of existing HVAC and industrial process equipment, associated controls, wiring, and ductwork. Key instructions include coordinating with architectural drawings for patching penetrations, making safe and capping items to be demolished, and referring to CLIN 002 for industrial equipment removal requirements. The plan also emphasizes coordinating with HazMat drawings, removing exhaust fans and associated components, and testing the existing pumped steam condensate system return line. Specific tasks involve removing capped EA ducts, portable AC units, dust/fume collector arms, and various ductwork assemblies as depicted on the floor plan. This project is critical for modernizing the facility while ensuring safety and compliance with federal guidelines.
190_MD106_R1_AMENDMENT 008.pdf
PDF969 KBMar 13, 2026
AI Summary
The document, "FIRST FLOOR MEZZANINE MECHANICAL REMOVALS PLAN - WEST," outlines the comprehensive demolition and removal of mechanical systems and associated components at the Portsmouth Naval Shipyard in Kittery, ME, as part of the B60 REPAIRS project. The scope includes removing make-up air units, dust collection systems, unit heaters, various piping (LPS, LPC, HPS, PCR), industrial process exhaust and make-up air systems, ceiling fans, terminal heating units, air conditioning units, and hydronic radiant ceiling panels. Specific instructions detail the removal of refrigerant from AC units in accordance with environmental regulations and coordination with architectural and HAZMAT drawings for patching and safe disposal. The plan emphasizes identifying, making safe, cutting loose, and capping items for demolition, with the general contractor responsible for off-site removal to an authorized salvage facility. Existing HPS and PCR piping, along with their supports, are to remain in place in certain areas, requiring reference to additional drawings for clarity. Prior to removals, testing of the existing pumped steam condensate system return line back pressure is required.
192_MD108_R1_AMENDMENT 008.pdf
PDF870 KBMar 13, 2026
AI Summary
The document,
193_MD109_R1_AMENDMENT 008.pdf
PDF953 KBMar 13, 2026
AI Summary
This government file, an
210_MP107_R1_AMENDMENT 008.pdf
PDF877 KBMar 13, 2026
AI Summary
The document, an Attic Mechanical Piping Plan for B60 Repairs at Portsmouth Naval Shipyard, Kittery, ME, outlines the installation and modification of hot water supply and return (HWS/R) piping. Key details include providing an insulated backer for the T-stat sensor, running HWS/R piping near the attic floor on stanchions, and utilizing PVC jackets for piping up to 6'-0" above walkways. The plan also specifies nested U-bend expansion loops with specific dimensions for HWS and HWR, and requires delegated design for expansion anchor points. The drawing includes general notes regarding mechanical legends, abbreviations, and the sizing of HWS/R terminal heater branch piping. This project aims to enhance the mechanical infrastructure in the attic, ensuring proper heating and return systems while adhering to design and safety standards.
220_M-701_R1_AMENDMENT 008.pdf
PDF829 KBMar 13, 2026
AI Summary
This document outlines the Direct Digital Control (DDC) system architecture and emergency air distribution shutdown (EADS) switch details for a project at Portsmouth Naval Shipyard. The DDC system will utilize native BACnet devices communicating via ASHRAE 135 BACnet protocol, connecting to a Niagara Supervisory Gateway (JACE). A building workstation laptop with Niagara Framework software (version 4.2 or later) will be provided for system graphics, data trending, logging, alarming, and troubleshooting. The system will integrate with the existing base-wide EMCS via a Cisco Aironet 1530 wireless access point. The EADS switch, detailed as a blue octagonal push-to-activate, pull-to-reset button with a protective cover, will stop air handling unit fans and close outside/exhaust air dampers when activated. This action will trigger an alarm and illuminate a red shutdown light, with a green light indicating normal operation. The system requires two sets of access passwords for different user levels and compliance with cybersecurity and NAVFAC PWD-ME ICS standards. The BAS contractor will provide a control point matrix, a detailed narrative of component functions, and assist with balancing and commissioning.
N6247026R00120007 SF 30.pdf
PDF369 KBMar 13, 2026
AI Summary
This government file is an amendment to Solicitation Number N6247026R0012, Amendment 0007, issued by NAVFACSYCOM ATLANTIC. It outlines a Request for Proposal (RFP) for a Multiple Award Construction Contract (MACC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction projects supporting SIOP, with an estimated value of $4,000,000,000 over five years. The solicitation, issued on an unrestricted basis with full and open competition, targets NAICS code 237990 (Other Heavy and Civil Engineering Construction) with a $45,000,000 size standard and projects ranging from $25,000,000 to $100,000,000. It details proposal submission via the PIEE Solicitation Module, evaluation factors including Corporate Experience, Safety, Management Approach, Schedule, Small Business Utilization, and Past Performance. The document also includes wage determinations for the seed project in York County, Maine, covering various trades and associated fringe benefits.
Att. Y) PPI responses AMD 0007.pdf
PDF247 KBMar 13, 2026
AI Summary
The document is a series of Government Answers to Pre-Proposal Inquiries (PPIs) regarding a federal government Request for Proposal (RFP) for a Multiple Award Construction Contract (MACC). The PPIs cover various aspects of the solicitation, including project duration discrepancies, small business participation requirements, corporate experience criteria, design firm eligibility, proposal submission procedures, contract data and CUI classification, scheduling and coordination, outage requirements, safety protocols, pricing, and administrative details. The Government's responses frequently refer to amendments to the solicitation, revised attachments, or instruct offerors to propose in accordance with the existing solicitation. Key clarifications include confirming that the contract is not CUI, detailing changes to period of performance and meeting requirements, specifying requirements for Tier 1 Infrastructure, and providing guidance on attachment usage and page limits for various factors. The document highlights the iterative process of clarifying complex government solicitations through bidder questions and official responses.
Att. CC) Site Visit Log.pdf
PDF569 KBMar 13, 2026
AI Summary
The document is a site visit log for a solicitation titled "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." The specific project described is the "Building 60 seed project," with areas to be visited including the interior and exterior of Building 60. The site visit took place on February 5, 2026, at 0900. The proposal due date is March 6, 2026, at 1400. Multiple escorts were present. A key additional requirement noted is that "Mezzanine Secure Islands will not be toured due to badge type access requirements." The log lists numerous attendees from various companies, including TeamCraft Rooting, NEI, Pullman, J & J CONTRACTORS, Brock services, Richardson Electrical, MOTT MACDONALD, SAAM ARCHITECTURE, Pye Barker Fire & Safety, SMRT, Keller, FA Gray Painting, Kiewit, JACARBONERO, Em Duram (RTH), CONSIGLI, AZ Corp., CONTILL 1, True Enterprises LLC, TRC ENVIRONMENTAL, M'M, Michels, SKANSKA, RTH Mechanical, SEVEE & MAHER-CIH, Modulus, ECC, American Steel Fab., CCB, PIRini, Brand Safwan, whitestone, Whiting-Turner, COLLINS ENGINEERS, DELCH GRAGHTER, WAT Griffin Flest, WJC Electric, NAUFAC, Amp Unite a, NVO, Tri. State Paint LLC, WALSH, W. L. FRENCH EXCAVATION, Northeastern Env. Services, ASSOC. CONCRETE COATINGS, Brookstone Builders, BENAKA, CIANDRO, EXCELL CON CORP., COTE CRANE E RIGGING, Modulus (Demo, Abatement), ES Black Constructors, Jacobs, Walden Ringaelski, Enviro Vardthe, ALBERICI, Centerlane, TRUE ENTERPRISES, RQ CONSTRUCTION, CMS, Building Enclosure Assoc. The log serves as an official record of attendance and specific site visit conditions for potential contractors.
Solicitation Amendment N6247026R00120004 SF 30.pdf
PDF661 KBMar 13, 2026
AI Summary
The document is an amendment (0004) to Solicitation N6247026R0012, issued by NAVFACSYSCOM ATLANTIC on January 29, 2026. This amendment addresses Pre-Proposal Inquiries and modifies several sections of the original solicitation. Key changes include extending the delivery lead time from 15 to 45 calendar days and clarifying the descriptions for various contract line items related to Waterfront, Industrial, and General Construction Projects for base and option periods. The document outlines proposal submission guidelines, emphasizing electronic submission via the PIEE Solicitation Module, and sets a deadline of February 13, 2026, for pre-proposal inquiries. It details the basis for award, which involves a tradeoff process considering price and non-price factors like Corporate Experience (Construction and Design), Safety, Management Approach, Schedule, Small Business Utilization, and Past Performance. Specific requirements for each evaluation factor are provided, including submission formats, content, and evaluation criteria, with a strong emphasis on historical data and commitment to small business participation. The magnitude of construction for the project is between $25,000,000 and $100,000,000, with an anticipated award of approximately five separate Indefinite Delivery/Indefinite Quantity (IDIQ) contracts totaling up to $4,000,000,000 over five years. The initial
Att. A) Construction and Design Experience Project Data Sheet.doc.docx
Word34 KBMar 13, 2026
AI Summary
Attachment A is a
Att. D) Historical Small Business Utilization AMD 0004.docx
Word159 KBMar 13, 2026
AI Summary
Attachment D, titled “Historical Small Business Utilization,” is a critical component for offerors responding to government solicitations, specifically N62470-26-R-0012. This form, required from both large and small businesses, details an offeror's past small business utilization and achievements for projects submitted under Factor 1A, Construction Experience. Its primary purpose is to provide supporting information for the evaluation of Factor 5, Small Business Utilization and Participation. Offerors must complete the form by providing project details, including contract numbers, project titles, business size, and performance role (prime, subcontractor, or JV member). They are required to document actual subcontracted dollar values and percentages for various small business categories (e.g., SDB, WOSB, HUBZone, VOSB, SDVOSB), rounding percentages to the nearest tenth. Additionally, offerors must provide established goals for these categories where applicable, noting that goals for overarching IDIQ contracts should not be included for task orders. If goals were unmet or if there was no small business subcontracting achievement, detailed explanations are required. The document explicitly states that information submitted in alternative formats or on offeror-created forms will not be evaluated, emphasizing adherence to the provided template.
Att. E) Small Business Participation Commitment Document (SBPCD) AMD 0004.docx
Word46 KBMar 13, 2026
AI Summary
Attachment E – SBPCD is a crucial document for Offerors responding to RFP N62470-26-R-0012, detailing their commitment to small business participation. This form is mandatory for all offerors, regardless of their size, to provide information for evaluating Factor 5, Small Business Utilization and Participation. It requires offerors to identify their prime contractor size and applicable socioeconomic categories if they are a small business. The document mandates a breakdown of the total contract value into self-performed work and subcontracted work. A key component is the Small Business Participation table, which requires offerors to commit a minimum of 20% of the total contract value to small businesses, including various socio-economic categories. Offerors must provide detailed explanations if this minimum is not met. Furthermore, the form requires identification of small business subcontractors with firm commitments, including details on the products/services and the nature of the commitment. Explanations are also required if no subcontractors are identified or if a large business offeror does not intend to subcontract. This document ensures compliance with small business utilization goals in federal contracting.
Att. F) Individual Small Business Subcontracting Plan AMD 0004.docx
Word135 KBMar 13, 2026
AI Summary
This government file outlines the requirements for a Small Business Subcontracting Plan (SBSP) for Solicitation N62470-26-R-0012, mandated for large businesses. It details the structure and essential information needed for the plan, emphasizing consistency with FAR 19.704 and FAR clause 52.219-9. The document specifies goals for subcontracting with various small business categories, including HUBZone, WOSB, SDB, VOSB, SDVOSB, AbilityOne, and Alaskan Native Corporations/Indian Tribes. It also outlines methods for developing goals, identifying potential sources, administering the subcontracting program, ensuring equitable opportunities, reporting requirements via eSRS, and maintaining compliance records. The plan also details commitments regarding timely payment to small business subcontractors and prohibitions on restricting communication with the Contracting Officer.
Att. R) B60 ISRL AMD 0004.xlsx
Excel77 KBMar 13, 2026
AI Summary
The NAVFAC Internal Services Requirements List outlines the inventory and service requirements for the B60 Production Facility Repairs - SIOP project (e-Project#1740579). This form, to be completed by the contractor at each phase's end and submitted 90 days prior to occupancy, details existing and replaced equipment across various systems. Categories include janitorial services (with a focus on dispensers and floor plans), fire suppression, fire alarm components, HVAC, boilers and unfired pressure vessels, backflow preventers, emergency generators, water cooler filters, gutters and downspouts, low sloped roofs, overhead doors, motion-activated glass doors, elevators, lightning protection, storm water management, oil and water separators, motorized gates/turnstiles, UPS systems, automatic transfer switches, sewage lift stations, catch basins, grounds maintenance, refuse removal, pest control, and snow removal. The document also provides a detailed room-by-room breakdown of flooring types, square footage, planned occupancy, and quantities of janitorial accessories for various spaces within the facility, including annexes, mezzanines, and offices.
Att. T) Price Schedule AMD 0004.pdf
PDF145 KBMar 13, 2026
AI Summary
This document outlines the B60 Price Schedule for Production Facility Repairs, detailing various line items for a government Request for Proposal (RFP). It covers a comprehensive range of work, including base prices for structural, architectural, fire protection, mechanical, plumbing, electrical, civil earthwork, and demolition. Additionally, it specifies line items for the removal and management of hazardous materials like lead, asbestos, cadmium, and chromium, along with associated testing and abatement services. The schedule also includes optional items such as Furniture, Furnishings, and Equipment (FF&E), industrial equipment, radon fans, electronic security systems, window repairs, annex repairs, additional finishes, electrical service infrastructure, resinous flooring, and communication service routing. The document emphasizes that awards will be based on the total sum of Line Item 1, with the government reserving the unilateral right to award option items within 365 calendar days. It also outlines evaluation criteria for options, noting that offers may be rejected if materially unbalanced, and requires additional bonding for exercised option items.
Att. Y) PPI responses AMD 0004.pdf
PDF185 KBMar 13, 2026
AI Summary
This government file addresses 96 Pre-Proposal Inquiries (PPIs) related to a federal solicitation, clarifying discrepancies and requirements across various sections. Key areas of clarification include project duration, small business participation targets, corporate and design experience requirements, proposal submission procedures, and technical specifications for construction and design elements. The responses often refer to amendments (0002, 0003, 0004) for updated information and confirm electronic submission via the PIEE Solicitation Module. Many PPIs regarding project experience timelines, page limitations, and financial requirements are directed to
Att. AA) B60 AMD 004 Drawings 012726.pdf
PDF3352 KBMar 13, 2026
AI Summary
The document outlines the site constraints, requirements, and outage schedule for the B60 Repairs project at Portsmouth Naval Shipyard in Kittery, ME. The project involves extensive repairs to Building 60, including architectural, civil, electrical, mechanical, plumbing, fire protection, and telecommunications systems. Key constraints include maintaining access for emergency vehicles, managing parking and fire lanes, and restricting work near the Piscataqua River. The outage schedule details planned disruptions for various utilities and systems, with specific durations and affected items. Contractors are responsible for submitting detailed outage plans, coordinating with the contracting officer, and providing temporary services when necessary. The project emphasizes safety, regulatory compliance, and minimal disruption to ongoing shipyard activities.
Att. BB) B60 AMD 004 Specifications 012726.pdf
PDF1686 KBMar 13, 2026
AI Summary
The document outlines work restrictions and security requirements for the B60 Production Facility Repairs at Portsmouth Naval Shipyard. It details guidelines for working in Tier 1 Infrastructure areas, managing utility outages, and accessing restricted zones. Key aspects include stringent submittal requirements for outage plans and risk assessments, strict control over personnel access and identification, and specific rules for handling radiological materials and preventing fires. The document also addresses security fencing, vehicle access, and the use of electronic devices, emphasizing the need for prior approvals, continuous escorts, and adherence to all shipyard regulations to ensure safety and security.
Solicitation Amendment N6247026R00120001.pdf
PDF336 KBMar 13, 2026
AI Summary
This government file outlines modifications and amendments to contract specifications, primarily focusing on cyber security requirements and administrative changes. It details updates to Condition Levels 1 and 2, including assessments and continuous compliance affirmations from affirming officials. The document emphasizes adherence to NIST SP 800-171, Part 199, and Conditional Certification Model processes, which apply to federal, state, and local RFPs and grants. Key sections address the handling of unclassified controlled information, incident reporting, and the roles of various personnel in maintaining security and compliance. Additionally, it provides specific guidance on supply chain risk management, federal contract information, and the protection of covered defense information. The file also includes forms for amendments and modifications, along with detailed instructions for completion and submission. These changes ensure that all entities involved meet stringent government-wide cybersecurity and administrative standards.
Att. E) - Small Business Participation Commitment Document (SBPCD).docx
Word46 KBMar 13, 2026
AI Summary
Attachment E – SBPCD (Small Business Participation Commitment Document) is a mandatory form for all offerors, both large and small businesses, responding to RFP N62470-26-R-0012. Its primary purpose is to document and evaluate an offeror's commitment to small business utilization and participation, specifically for Factor 3 evaluation. The form requires offerors to provide detailed information on their prime contractor size, applicable socioeconomic categories, and a breakdown of total contract value into self-performed and subcontracted work. A critical component is the Small Business Participation table, which mandates a minimum of 20% total small business subcontracting. Offerors must identify committed small business subcontractors, detailing their categories, services, and the nature of their commitment. Explanations are required if the 20% minimum is not met, if subcontractors are not firmly committed, or if a large business offeror does not intend to subcontract.
Att. F) - Individual Small Business Subcontracting Plan.docx
Word136 KBMar 13, 2026
AI Summary
This document outlines the requirements for a Small Business Subcontracting Plan (SBSP) for Solicitation/Contract N62470-26-R-0012, specifically for large businesses. It details the essential information needed for an individual subcontracting plan, emphasizing compliance with FAR 19.704 and FAR clause 52.219-9. The plan requires contractors to establish specific subcontracting goals for various small business categories, including HUBZone, WOSB, SDB, VOSB, SDVOSB, AbilityOne, Alaskan Native Corporations, and Indian Tribes. It also mandates the identification of principal products/services to be subcontracted, methods for developing goals and identifying potential sources, and the inclusion of an administrator responsible for the subcontracting program. The document stresses the importance of outreach, monitoring, and reporting requirements through the eSRS system, along with record-keeping to ensure compliance and fair treatment of small business subcontractors.
Att. H) Specifications Volume 1.pdf
PDF14293 KBMar 13, 2026
AI Summary
The Request for Proposal (RFP) for "B60: PRODUCTION FACILITY REPAIRS - SIOP" at Portsmouth Naval Shipyard, Kittery, Maine, outlines extensive repairs and upgrades to Building 60. The project focuses on structural enhancements, life safety improvements, egress, and accessibility to meet current code requirements. Key elements include hazardous materials abatement, structural replacement, power distribution and system upgrades, building envelope repairs, and utility upgrades. The base bid has an estimated performance period of 608 calendar days, with mobilization contingent on the completion of ongoing projects by late summer 2026. The RFP includes eleven options, such as furniture, industrial equipment, radon fans, electronic security systems, and additional finishes. Given Building 60's historic status, all work must comply with the Secretary of the Interior's Standards for the Treatment of Historic Properties. The document emphasizes rigorous coordination, a detailed work sequencing and preparation plan, and strict adherence to Portsmouth Naval Shipyard regulations, including radiological controls and personnel requirements for U.S. citizens for general construction and electronic security systems.
Att. K) Drawings Volume 1a.pdf
PDF30362 KBMar 13, 2026
AI Summary
The document outlines the comprehensive B60 Repairs project at Portsmouth Naval Shipyard in Kittery, Maine, initiated by the Department of the Navy, Naval Facilities Engineering Systems Command. This project involves extensive renovations and upgrades to Building 60, a historic facility, encompassing architectural, structural, civil, mechanical, plumbing, fire protection, and electrical systems. Key aspects include hazardous materials management (asbestos, lead-based paint, PCBs, mercury), adherence to strict building codes and historic preservation standards, and detailed plans for removals and new installations across multiple floors and mezzanines. The project emphasizes maintaining safety, managing environmental concerns, and coordinating with concurrent construction activities while ensuring uninterrupted access and utility services. Various load centers and surrounding naval activities are identified, along with specific requirements for archaeological monitoring, site constraints, and construction sequencing.
Att. L) Drawings Volume 1b.pdf
PDF28322 KBMar 13, 2026
AI Summary
This government file details extensive repair and removal plans for Building 60 at Portsmouth Naval Shipyard in Kittery, ME. The project encompasses work across the first floor, first floor mezzanine, second floor, second floor mezzanine, and roof levels. Key removals include various floor systems, interior partitions, doors, stairs, railings, ceiling systems (including acoustic tiles and gypsum board), and plumbing fixtures. Exterior work involves removing metal panel wall systems, overhead coiling doors, mechanical equipment, and specific roof elements like membrane roofing and fall protection railings. The plan emphasizes salvaging historical items like wood window sashes and beadboard, coordinating with hazardous materials removals, and referencing structural, mechanical, and plumbing sheets for detailed execution. The overall purpose is to prepare the building for repairs by systematically removing existing components while preserving historical elements where noted.
Att. M) Drawings Volume 2a.pdf
PDF13383 KBMar 13, 2026
AI Summary
This document outlines the B60 Repairs project at the Portsmouth Naval Shipyard in Kittery, ME, focusing on industrial equipment removals and hazardous materials management, as detailed in Volume 2 of the project plans. The project includes extensive architectural, structural, civil, plumbing, mechanical, fire protection, and electrical work. Key aspects involve the removal and proper disposal of hazardous materials such as asbestos, lead-based paint, PCBs, and mercury, adhering to federal, state, and local regulations and specific Navy/Marine Corps Intranet (NMCI) specifications. The project also addresses the removal of miscellaneous equipment and requires contractors to maintain building egress paths, secure the construction site, and protect historic features of Building 60, which is a contributing resource to the Portsmouth Naval Shipyard Historic District. All work must comply with Unified Facilities Criteria (UFC) and various international and national codes for mechanical, electrical, plumbing, fire prevention, and life safety.
Att. N) Drawings Volume 2b.pdf
PDF11523 KBMar 13, 2026
AI Summary
The provided government file, specifically electrical plans for 'B60 REPAIRS' at Portsmouth Naval Shipyard, Kittery, ME, outlines extensive electrical, lighting, and telecommunications system removals across multiple floors and mezzanines of Building 60. The project includes the complete removal of panelboards, conduit, wiring, disconnect switches, receptacles, lighting fixtures, lighting controls, and telephone/data outlets. Special attention is given to the removal of electrical connections serving industrial equipment, with specific instructions for cutting conduits flush with floor slabs or removing them entirely from below-floor trenches. The plans also detail the temporary relocation and re-establishment of power and telephone services for existing trailers, the removal of specific feeders and cables between buildings, and the protection of certain existing network and telephone cables for reuse. General notes emphasize compliance with the National Electrical Code, coordination with other trades, and specific requirements for wiring, conduit, and equipment ratings. The project also addresses the provision of a lightning protection system and a diesel generator, along with detailed schedules for various electrical components.
Att. O) 01 30 00 App A Red Zone 102623.pdf
PDF155 KBMar 13, 2026
AI Summary
The NAVFAC Red Zone Facility Turnover Planning Meeting is a crucial collaborative effort between the Client, NAVFAC, and the contractor, designed to ensure the timely completion and turnover of new facilities. Held at approximately 75% construction completion, the meeting focuses on schedule management, contract compliance, and identifying remaining actions. The process culminates in a detailed "NRZ Checklist/POAM Items" list, outlining responsibilities and due dates for critical activities. This checklist covers a wide range of tasks, from electrical and HVAC system testing to security installations, training, and final documentation. The Construction Manager monitors progress, and the completed checklist is placed in the contract file, serving as a vital tool for tracking progress and preventing delays in facility acceptance.
Att. P) 01 45 35a Statement_of_Special_Inspections.xlsx
Excel153 KBMar 13, 2026
AI Summary
The “B60 Production Facility Repairs - SIOP” project at Portsmouth Naval Shipyard, Kittery, Maine (Project #: 1740579, dated 9/17/2025), outlines a Statement of Special Inspections for a two-story structure with a height of 48 feet. Key details include a Seismic Design Category C, Risk Category II, and a Design Wind Speed of 115 mph. A Special Inspector of Record (SIOR) is not required. The Lateral Force Resisting System (LFRS) incorporates steel braced frames for vertical elements in mezzanines and composite steel deck/concrete slab rigid floor diaphragms for horizontal elements. The document explicitly states that there are no Designated Seismic Systems (DSS), mechanical/plumbing DSS, or other DSS requiring a Certificate of Compliance. Consequently, a Final Walk Down Inspection of non-structural DSS is not applicable to this project.
Att. T) Price_schedule AMD 0002.pdf
PDF145 KBMar 13, 2026
AI Summary
The B60 PRICE SCHEDULE outlines a comprehensive repair and upgrade project for the B60 Production Facility, detailing various line items for pricing. The project encompasses extensive structural, architectural, fire protection, mechanical, plumbing, electrical, and civil earthwork. It also includes the removal and management of hazardous materials such as lead, cadmium, chromium, and asbestos, along with associated testing services. Optional items cover furniture, industrial equipment, radon fans, electronic security systems, window repairs, annex repairs, additional finishes, electrical service infrastructure, resinous flooring, and communication service routing. The government reserves the right to exercise options 6 through 12 within 365 days of contract award and will evaluate offers by adding option prices to the total for Line Item 1. Additional bonding and consent of surety are required if options are exercised.
Att. U) Submittal Register.xlsx
Excel141 KBMar 13, 2026
AI Summary
The document, titled "B60: PRODUCTION FACILITY REPAIRS - SIOP," is a submittal register outlining various plans, reports, product data, and certifications required for a production facility repair project. It details preconstruction submittals such as work sequencing, salvage, contact personnel lists, outage plans, and archaeological coordination. The register also specifies closeout submittals, including sustainability eNotebooks, as-built schedules, and final reports. Key areas covered include safety (Accident Prevention Plan, lift plans, confined space entry, hot work permits), quality control, environmental management (waste management, spill prevention, hazardous material inventory), and specialized work like demolition, asbestos and lead abatement, and concrete and masonry repairs. The document emphasizes rigorous documentation for all phases, from initial planning to final closeout, ensuring compliance with various standards and regulations for facility repairs and upgrades.
AMD 0002 PPI responses.pdf
PDF50 KBMar 13, 2026
AI Summary
This government file addresses multiple questions and discrepancies raised by potential contractors regarding a solicitation document, likely for a federal project (B60). Key clarifications include: the project duration, which is amended to 1080 calendar days; the small business participation percentage, clarified as 40% for NAVFAC command-wide targets and 20% for total contract value; and confirmation that the contract is not considered Controlled Unclassified Information (CUI) despite DFARS clauses. Several other inquiries, such as incomplete sentences, proposal due dates, and pre-proposal inquiry deadlines, are directed to Amendment 0002 for resolution. This indicates an active amendment process to refine the solicitation details and address bidder concerns.
Solicitation Amendment N6247026R00120002.pdf
PDF847 KBMar 13, 2026
AI Summary
This government solicitation outlines a Request for Proposal (RFP) for construction services, specifically a major overhaul and renovation of Building UJ at the Nuclear Containments Production Facility Consolidation at Pantex, Amarillo, Texas. The project involves interior renovation, an elevator tower, and accessibility improvements. Valued between $1,000,000 and $5,000,000, this solicitation is set aside for small businesses under NAICS code 236220. Proposals must be submitted electronically via the PIEE Solicitation Module by February 10, 2011, and late submissions will not be considered. Firms are strongly encouraged to register early and contact the PIEE Helpdesk for assistance. All questions must be submitted via email by February 1, 2011.
Att. X) DBIDS ACCESS REQUEST FORM.docx
Word723 KBMar 13, 2026
AI Summary
The DBIDS Access Request Form (NAVSHIPYD PTSMH 5500) is a crucial document for companies and individuals seeking access to the Portsmouth Naval Shipyard. It collects detailed information about the applicant, including their full name, title, company, and contact details. The form determines if the company is a primary contractor or a subcontractor and requires a list of employees if multiple individuals need access. It also gathers corporate information such as legal name, address, and local points of contact, and asks if any personnel are foreign nationals. The requested access timeframe is typically 0600-1800, Monday-Friday. A shipyard sponsor, who must be NAVFAC personnel, provides their name, organization, title, contact information, and the relevant contract or project number, which in this case is for a Multiple Award Construction Contract (MACC) pre-proposal site visit. The access expiration date is noted as "NO DATE / PRE AWARD."
Att. W) DBIDS 5512 FORM.pdf
PDF1802 KBMar 13, 2026
AI Summary
The document is not a government file but rather a message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is a technical message, not a substantive government document relevant to RFPs, grants, or similar files.
Att. V) SITE VISIT INFORMATION.pdf
PDF71 KBMar 13, 2026
AI Summary
This notice provides essential guidance for a site visit on February 5th, 2026, for the N6247026R0012 Multiple Award Construction Contract. Attendees requiring base access must secure a visitor pass via the QLESS app and submit a completed “DBIDS Access Request Form” (5500 Form) by January 26th, 2026, to the specified Navy personnel. Each company needs one 5500 Form, with an attendee list for multiple individuals. Additionally, each person must schedule an appointment with the Pass & ID office using QLESS and hand-carry a completed SF 5512 form and two approved photo IDs. Specific ID requirements vary for U.S. Citizens, Naturalized/Derived Citizens, and Aliens. Personal Protective Equipment (PPE) is mandatory for entry. Contractors with base access should meet the team at the Pass and ID office at 0900. All attendees' names must be submitted by February 2nd, 2026. Prime contractors are responsible for coordinating access for unbadged subcontractors and contacting the provided Navy personnel for any questions or escort arrangements.
Amendment N6247026R00120003.pdf
PDF620 KBMar 13, 2026
AI Summary
This document is Amendment N6247026R00120003 for a solicitation/contract modification related to heavy waterfront and industrial building construction projects. It outlines the procurement process, contract overview, and details for proposal submission via the PIEE Solicitation Module. Key evaluation factors for award include Corporate Experience (construction and design), Safety (DART and TCR rates), Management Approach, Schedule (using Primavera P6), Small Business Utilization (with a minimum 20% participation requirement), and Past Performance (CPARS or PPQ submissions). The amendment also includes specific instructions for submitting financial information, bid bonds, and ensuring SAM.gov and VETS-4212 registrations are current. The initial seed project is the B60 Nuclear Containments Production Facility Consolidation at PNSY, Kittery, Maine. All terms and conditions of the original document remain in effect unless otherwise amended.
Solicitation - N6247026R0012.pdf
PDF4120 KBMar 13, 2026
AI Summary
This solicitation outlines the requirements for a Request for Proposal (RFP) for construction projects at multiple Portsmouth Naval Shipyard (PNS) locations, specifically Kittery, ME, and Norfolk, VA. The project involves multiple award construction contracts (MACC) for new construction, renovation, alteration, and repair services, primarily focused on general, industrial, and waterfront construction projects. The estimated construction magnitude ranges from $1,000,000 to $50,000,000. Proposals will be evaluated based on price competitiveness, technical merit, and other factors, with the government reserving the right to negotiate and award contracts without discussions. All communication regarding this solicitation must be directed via email to Weston Polen, and proposals must be submitted through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Interested firms are strongly encouraged to register early for PIEE access.
Att. R) B60 - ISRL.xlsx
Excel71 KBMar 13, 2026
AI Summary
The NAVFAC Internal Services Requirements List outlines the essential equipment and service needs for the B60 Production Facility Repairs - SIOP project (e-Project#1740579). This form, to be submitted 90 days prior to occupancy at each contract phase's end, details current inventory and requirements for janitorial services, including specific room square footages and flooring types across multiple floors. It mandates reporting on various systems and equipment such as fire suppression (pumps, sprinklers, alarms), HVAC components, boilers, pressure vessels, backflow preventers, emergency generators, and water cooler filters. Additionally, it covers gutters, downspouts, roofing, overhead doors, elevators, lightning protection, storm water management, oil/water separators, and motorized gates. The document also lists other recurring services like grounds maintenance, refuse removal, pest control, and snow removal. The detailed inventory includes fixtures, accessories like paper towel dispensers and soap dispensers, and notes on items removed, replaced, or for information only, such as existing stairs and walls being character-defining features. The purpose is to ensure comprehensive planning and inventory management for the facility's repair and occupancy.
Att. I) Specifications Volume 2.pdf
PDF3594 KBMar 13, 2026
AI Summary
This government file outlines the specifications for the B60: Production Facility Repairs - SIOP project at the Portsmouth Naval Shipyard in Kittery, Maine. It is Volume 2 of 3 and details comprehensive requirements across various divisions, including procurement, general requirements, existing conditions, concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, furnishings, conveying equipment, fire suppression, plumbing, HVAC, integrated automation, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. A significant portion of the document focuses on the rehabilitation of concrete, covering scope, definitions, references, submittals, quality assurance (including contractor and personnel qualifications), work plans, mock-ups, acceptance criteria, and protection of completed work. It also details products for concrete preparation, formwork materials, polymers (epoxies), miscellaneous materials, mixture proportioning, and execution procedures for general requirements, crack repair, corrosion and surface repair, and concrete strengthening. The document emphasizes adherence to industry standards, safety, and environmental regulations.
Att. J) Specifications Volume 3.pdf
PDF4758 KBMar 13, 2026
AI Summary
This document outlines the specifications for the B60: Production Facility Repairs - SIOP project at the Portsmouth Naval Shipyard in Kittery, Maine. It details requirements for wet pipe sprinkler systems, including hydraulic design, sprinkler coverage, and quality assurance. The project mandates adherence to NFPA 13, NFPA 24, and other relevant standards. Key personnel, such as a NICET Level III or IV Sprinkler System Designer and a Qualified Fire Protection Engineer (QFPE), are required. The document also specifies comprehensive submittal procedures, installation guidelines for aboveground piping, and rigorous field quality control measures, including pre-Government and Government final tests, to ensure full compliance and operational functionality. Additionally, it references fire pump installations and other related systems.
Att. S) FFE Package.pdf
PDF4640 KBMar 13, 2026
AI Summary
The document is a Request for Quotation (RFQ) for Furniture, Fixtures & Equipment (FF&E) for the B60 Production Facility Repairs-SIOP at Portsmouth Naval Shipyard, Kittery, Maine, dated October 1, 2025. It details a comprehensive list of items, including various types of chairs (task, guest, lounge, stack, nesting), desks (powered workstations, private office, instructor, standard office desks), tables (break room, occasional, training), storage units (lateral file cabinets, single-tier lockers), and a wide range of appliances (refrigerators, microwaves, coffee makers, trash receptacles, fire extinguishers, recycle containers, whiteboards, and LED displays with mounts). The RFQ also includes specifications for industrial equipment such as sewing machines, heat sealers, grommet machines, CNC textile cutters, poly bag sealers, heavy-duty racks, cabinets, tool cabinets, cantilever racks, waste containers, extension cord reels, cable protector ramps, and workbenches. A significant portion of the document focuses on detailed specifications for a Thermatron 15 kW Radio Frequency Dielectric Heat Sealer, outlining its scope, intended application, applicable standards (OSHA, NFPA, NEMA, ANSI, AWS), general equipment requirements, operating environment, electrical standards (grounding, overcurrent protection, NRTL approval, energy isolating devices), motor specifications (enclosures, mountings, duty cycle, efficiency, bearings, controller), personnel safety and health requirements (noise levels), environmental protection, hazardous material exclusions, painting guidelines, and identification plates. The document emphasizes that listed manufacturers and products are a basis of design, and other compliant products are permitted, with specific items requiring sole sourcing due to customization or unique requirements.
Solicitation Amendment N6247026R00120006 SF 30.pdf
PDF576 KBMar 13, 2026
AI Summary
Amendment 0006 to Solicitation N6247026R0012 extends the proposal due date from March 6, 2026, to April 2, 2026. This amendment, issued by NAVFACSYCOM Atlantic, also incorporates new FAR clause 52.222-34, Project Labor Agreement (Deviation) (Alternate II), effective February 2026. Proposers must acknowledge this amendment via specified methods to ensure their offers are considered. Pre-proposal inquiries will be addressed in a subsequent amendment, with no further inquiries accepted. This modification ensures all terms and conditions of the original solicitation remain in effect, except as explicitly changed herein.
Solicitation Amendment N6247026R00120005 SF 30.pdf
PDF622 KBMar 13, 2026
AI Summary
This government file, Amendment 0005 to Solicitation N6247026R0012, outlines the requirements for a Multiple Award Construction Contract (MACC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The MACC will primarily involve heavy waterfront and industrial building projects, with an estimated total value of up to $4,000,000,000 over a base period of three years and two one-year options. The initial project, or “seed project,” is the B60 Nuclear Containments Production Facility Consolidation at PNSY, Kittery, Maine. The solicitation details the proposal submission process via the PIEE Solicitation Module, emphasizing electronic submission and a deadline for pre-proposal inquiries. It outlines the basis for award, which includes a tradeoff process considering both price and non-price factors. The non-price evaluation factors are Corporate Experience (Construction and Design), Safety, Management Approach, Schedule, Small Business Utilization, and Past Performance. Each factor has specific submittal requirements and evaluation criteria, including detailed instructions for submitting project experience, safety data (DART and TCR rates), a management narrative, a project schedule, and small business participation plans. The document also specifies requirements for financial information, bid bonds, and SAM registration for offerors.
Att. A) - Construction Experience Project Data.docx
Word21 KBMar 13, 2026
AI Summary
The "ATTACHMENT A - CONSTRUCTION EXPERIENCE PROJECT DATA SHEET" is a form designed for offerors, joint ventures, or other entities to detail their construction or design project experience in response to government solicitations like RFPs, federal grants, or state/local RFPs. The form requires comprehensive information about past projects, including the firm's role (prime, sub, or joint venture), contract details (number, title, location, award/completion dates), and the type of work performed (new construction, land-based, in-water, or other). It also asks for the contract type (Firm-Fixed Price, Cost/Time and Material), and specific details for construction projects like award and final prices, and contract types (Design-Build, Design-Bid-Build, Delivery/Task Order). A crucial part of the form involves providing a detailed description of the project's relevance to the current RFP's requirements, including unique features, construction methods, sustainable elements, LEED certifications, and a breakdown of the work self-performed by the firm. This document serves as a structured method for government agencies to evaluate a contractor's relevant experience and capabilities.
Att. B) - Pre-Proposal Inquiry Log Template.xlsx
Excel17 KBMar 13, 2026
AI Summary
The document is a Pre-Proposal Inquiry Submission Form for Solicitation N62470-26-R-0012. It provides a structured format for submitting questions related to a government Request for Proposal (RFP). The form includes fields for reference, question, section, paragraph, submitted by, date submitted, and page number, facilitating clear and organized communication between prospective offerors and the issuing agency. This form is a standard component in federal government RFPs, designed to streamline the clarification process for complex solicitations.
Att. C) - Past Performance Questionnaire.docx
Word40 KBMar 13, 2026
AI Summary
Attachment C, N62470-26-R-0012, outlines the solicitation submittal requirements for past performance evaluations, emphasizing the use of a completed CPARS evaluation if available. If a CPARS is not available, offerors must submit a Past Performance Questionnaire (PPQ) for each project included in their proposal for Factor 1, Corporate Experience. The document specifies that offerors should not submit a PPQ if a CPARS is available. It provides detailed instructions for completing and submitting PPQs, including contact information and submission procedures. The PPQ form itself is comprehensive, requiring information from both the contractor and the client, covering contract details, project description, and client evaluation. The attachment also includes a rating scale with definitions (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for various performance aspects such as quality, schedule, customer satisfaction, management, cost, and safety. Clients are requested to complete the questionnaire and can submit it directly to the offeror or, if preferred, to the Government's point of contact.
Att. D) - Historical Small Business Utilization.docx
Word159 KBMar 13, 2026
AI Summary
Attachment D, titled “Historical Small Business Utilization,” is a critical component for offerors responding to government solicitations, specifically RFP N62470-26-R-0012. This form, required from both large and small businesses, facilitates the evaluation of Factor 3: Small Business Utilization and Participation. Offerors must detail their historical small business utilization and achievements for projects submitted under Factor 1, Corporate Experience. The document provides strict instructions for completion, emphasizing the need to use the provided format and to round percentages to the nearest tenth. It requires offerors to list project details, actual subcontracted dollar values and percentages for various small business categories (e.g., Small Disadvantaged, Women-Owned, HUBZone, Veteran-Owned, Service-Disabled Veteran-Owned), and, if applicable, the corresponding goals. Detailed explanations are mandatory for unmet goals or when there is no small business subcontracting achievement.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 12, 2025
amendedAmendment #1Dec 23, 2025
amendedAmendment #2Jan 21, 2026
amendedAmendment #3Jan 29, 2026
amendedAmendment #4Feb 5, 2026
amendedAmendment #5Feb 17, 2026
amendedAmendment #6Mar 5, 2026
amendedLatest AmendmentMar 13, 2026
deadlineResponse DeadlineApr 2, 2026
expiryArchive DateMar 7, 2027

Agency Information

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

Point of Contact

Place of Performance

Kittery, Maine, UNITED STATES

Official Sources