Berth 13 Structural Repairs, Portsmouth Naval Shipyard, Kittery ME.
ID: N4008526R0016Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF SHIP CONSTRUCTION AND REPAIR FACILITIES (Z2ED)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command, is seeking contractors for structural repairs at Berth 13, Portsmouth Naval Shipyard in Kittery, Maine. The project aims to restore the deck loading capacity and extend the usable life of the berth by repairing deteriorated sections, including piles, caps, beams, and the steel reaction frame, within a total construction area of approximately 25,000 square feet. This work is critical for maintaining the operational integrity of the waterfront facility, which dates back to the 1940s. The estimated contract value ranges from $25 million to $100 million, with a completion timeline of 700 calendar days, and the Request for Proposal (RFP) is expected to be released around January 22, 2026. Interested parties should contact Bruce Davis at bruce.w.davis5.civ@us.navy.mil for further information and ensure they are registered in SAM to participate.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to Solicitation N4008526R0016, effective December 8, 2025, provides crucial updates for offerors. Key revisions include the provision of a Site Visit Log, PPI Responses, and Electrical and Life Safety Attachments. The proposal due date remains unchanged as December 16, 2025, at 1400 EST. Offerors must acknowledge this amendment via methods such as completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of offers. The amendment also identifies Nicole Fellers (nicole.l.fellers.civ@us.navy.mil) as the point of contact. All other terms and conditions of the original solicitation remain in full effect.
    The document is an amendment of solicitation/modification of contract form (Standard Form 30) used in government contracting. It outlines procedures for acknowledging amendments to solicitations and modifying existing contracts. Key aspects include methods for offerors to acknowledge receipt of amendments (completing specific items, acknowledging on submitted offers, or via separate communication), with a warning that failure to do so may result in rejection of the offer. It also details how changes to an already submitted offer can be made. The form provides sections for identifying contract details, amendment/modification numbers, effective dates, and a description of the changes being made. It differentiates between amendments of solicitations (which may or may not extend the offer receipt date) and modifications of contracts/orders, specifying various authorities under which modifications can be issued (e.g., change orders, administrative changes, supplemental agreements). The form requires signatures from both the contractor/offeror and the contracting officer. Its purpose is to ensure clear communication and formal documentation of changes in the government procurement process.
    The Naval Facilities Engineering Command is issuing a pre-solicitation notice (N4008526R0016) for structural repairs to Berth 13 at Portsmouth Naval Shipyard, Kittery, Maine. This project aims to restore deck loading capacity, extend the berth's usable life, and repair deteriorated sections, including piles, caps, beams, and the steel reaction frame. The work, estimated between $25,000,000 and $100,000,000, involves partial and full demolition of the concrete wharf deck (approximately 25,000 SF total construction area), utility removal/replacement, and repairs to various structural components. All demolition and construction activities must prevent debris from entering the river. The contract has a 700-calendar-day completion time and will be awarded under full and open competition using a best value tradeoff process. The NAICS code is 237990. The Request for Proposal (RFP) is expected around January 22, 2026, on sam.gov. All prospective offerors must be registered in SAM.
    The Naval Facilities Engineering Command Mid-Atlantic is soliciting proposals for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) for general construction in the Hampton Roads, Virginia Area of Responsibility. The specific project, Solicitation Number N4008526R0016, involves replacing the HVAC system in Shields Hall (Building 3601) at JEB Little Creek – Fort Story. The work includes removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with associated electrical, ceiling, flooring, and painting work. The estimated price range is $10,000,000 to $25,000,000. Proposals are due by December 16, 2025, at 2:00 PM EST and must be submitted through PIEE. A mandatory site visit is scheduled for November 20, 2025, at 9:00 AM EST, and pre-proposal inquiries are due by December 1, 2025. The award will be a firm-fixed-price task order based on the lowest evaluated price from three completion timeline options: 720, 485, or 365 calendar days, each with corresponding liquidated damages.
    Similar Opportunities
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The solicitation is open to existing holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to security requirements and construction phases. Proposals are due by January 30, 2026, at 2:00 PM EST, and interested parties should contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further information.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. The project involves comprehensive construction work, including the removal and replacement of HVAC ductwork and ceilings, installation of new air handling units, and necessary modifications to the fire suppression system, all while adhering to strict safety and operational protocols due to the facility's ongoing medical services. This project, valued between $500,000 and $1,000,000, is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and requires electronic bid submissions by January 19, 2026, with a public bid opening on January 20, 2026. Interested contractors can contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Y1DA--NRM-CONST 630A4-26-406 Bldg. 4 Engineering HVAC & Roof Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a firm-fixed-price construction contract to address HVAC and roof damage at the Brooklyn Veterans Affairs Medical Center (VAMC). The project entails comprehensive repairs, including the installation of a 6-ton split AC system, replacement of skylights, drywall, ceiling grids, and floor tiles, as well as electrical upgrades and painting. This procurement is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $100,000 and $250,000 and a completion timeframe of 180 calendar days from the Notice to Proceed. Interested contractors must attend a mandatory pre-bid site visit on January 13, 2026, and submit their quotes by email to Charlie.Augustin@va.gov no later than January 20, 2026, at 11 AM EST, ensuring they are registered in SAM and verified as SDVOSB at the time of submission.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Building 1231 Replace RTU
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking proposals for the "Building 1231 Replace RTU" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the removal and replacement of rooftop units RTU-7 and RTU-10, with specific requirements for pre-approved mechanical contractors to submit proposals. The estimated project cost ranges from $250,000 to $500,000, with a completion timeline of 360 days post-award and a proposal submission deadline of January 16, 2026. Interested contractors should contact Edward Pelser or Lauren Loconto for further details and must adhere to the outlined administrative and security protocols throughout the project.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This project requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, with a performance period of 240 calendar days. The successful contractor will play a crucial role in modernizing the ER's HVAC system while ensuring minimal disruption to hospital operations and compliance with all relevant regulations. Bids are due via email by January 19, 2026, at 11:00 AM EST, with a public bid opening at 12:00 PM EST on the same day; interested parties must also attend a mandatory pre-bid site visit on December 22, 2025, and submit any Requests for Information by January 7, 2026, to gail.hill@va.gov and lester.griffith@va.gov.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Correct FCA Deficiencies Chiller Plant" project at the Coatesville VA Medical Center, specifically aimed at addressing deficiencies in the chiller plant. The project requires contractors to provide all necessary labor, materials, and equipment to install a water softening system, rooftop exhaust fans, motorized dampers, and other essential components, with a performance period of 120 calendar days from the notice to proceed. This construction effort is critical for maintaining efficient cooling operations within the facility, ensuring compliance with various safety and building codes. Interested bidders, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their offers by January 16, 2026, at 10:00 AM EST, and can contact Contract Specialist Kevin A Rodgers at kevin.rodgers2@va.gov for further information.