Sources Sought Notice Regional Construction Maintenance Contract for Utilities Distribution Systems for Hampton Roads Region, Virginia
ID: N4008525B2505Type: Sources Sought
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF OTHER UTILITIES (Z2NZ)
Timeline
    Description

    The Department of Defense, through the NAVFACSYSCOM MID-ATLANTIC, is soliciting bids for a Regional Indefinite Delivery Indefinite Quantity (IDIQ) Construction Maintenance Contract for Utilities Distribution Systems in the Hampton Roads Region, Virginia. This contract encompasses maintenance, inspection, repair, and replacement of various utility systems, including steam, sewage, stormwater, and water distribution, across multiple sites in Virginia. The estimated project value is between $100 million and $250 million, with bids due by 2:00 PM EDT on September 8, 2025. Interested contractors should contact Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil or Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document, Amendment/Modification N4008525B25050001, amends Solicitation Number N4008525B2505 for a Regional Indefinite Delivery Indefinite Quantity (IDIQ) Construction Maintenance Contract for Utilities Distribution Systems in the Hampton Roads Region, Virginia. The amendment, effective September 3, 2025, incorporates project bid opening information, updated bidder instructions, and responses to pre-proposal inquiries. Key changes include a confirmed proposal due date of September 8, 2025, at 2:00 PM EDT, and instructions for accessing the virtual bid opening. Bidders must acknowledge the amendment and submit specific certifications, including one for "Violation of Arms Control Treaties or Agreements." The document clarifies details regarding line items in Exhibit A, such as the units for ELINs A03.08.02, A03.08.05, A03.09.02, and A03.09.05 being per week, and the nature of "hazardous oil contaminated water" as an unknown liquid requiring testing. An extension to the offer deadline was denied due to year-end time constraints.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic, is seeking sources for an Indefinite Delivery Indefinite Quantity (IDIQ) Construction Maintenance Contract focused on utilities distribution systems in the Hampton Roads, VA area. This notice is a market research effort, not a solicitation for a proposal. The project aims to gather responses from eligible small businesses, particularly those classified as service-disabled veteran-owned, HUBZone, SBA 8(a), or women-owned. The anticipated contract, lasting five years, covers maintenance, repair, and testing of various utility systems, including sewage and water distribution, and involves contractors providing all necessary resources. A total contract value is projected between $100 million and $250 million. Interested firms must submit documentation delineating their construction experience, firm details, and demonstration of capabilities, including a narrative addressing project management and emergency repair strategies. Completion of specific forms and identifying small business status is mandatory, and submissions must be emailed by April 9, 2025. The government reserves the right to proceed with or without set-aside procurement based on the responses received.
    The “Regional Utility Distribution Systems - IDIQ” contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement for maintaining, inspecting, repairing, testing, and replacing various utility systems at five sites in Virginia: Little Creek-Fort Story, Norfolk, Oceana, Peninsula, and Portsmouth. The work encompasses steam, sanitary sewage, stormwater, water distribution, SCADA systems, compressed air, natural gas, and road repairs. The contract emphasizes safety, environmental sustainability, and quality. Key requirements include strict adherence to task order procedures, specific response and completion times, and detailed protocols for subsurface utility location, excavation, and utility outages. The contractor must comply with government safety, security, and access regulations, including DBIDS registration, emergency response, and restrictions on certain materials within the Norfolk Naval Shipyard (NNSY). All work and materials must meet specified standards, with a one-year warranty on workmanship and contractor-furnished materials. The government will furnish some utilities but may charge for others, and salvaged materials remain government property.
    This Indefinite Quantity Construction Contract outlines comprehensive maintenance, repair, and replacement services for various utility distribution systems, including steam, sewer, storm drain, oily water waste oil (OWWO), fresh water, salt water, compressed air, natural gas, and LPG (Propane) systems. The contract covers both above-ground and underground infrastructure, specifying detailed line items for components such as expansion joints, valves, flanges, gaskets, pipes, pipe hangers, insulation, fittings, unions, steam traps, strainers, sump pumps, gages, supports, rigging, and anchors. Work also includes surveying, testing, and removal of existing infrastructure like hydrants, water valves, meters, and manholes. The contractor is responsible for all labor, materials, equipment, and management, emphasizing safety, quality, and sustainability efforts, including gas-free certification for confined spaces and adherence to ASME codes and electrical specifications. The contract provides for a base year and multiple option years for these services.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for new and existing users to register for accounts and add roles within the DoD's enterprise-level solicitation portal. The guide details step-by-step instructions for new users to self-register, including creating a user ID, password, security questions, completing user and company profiles, and selecting roles like 'Proposal Manager' or 'Proposal View Only.' It also provides instructions for existing users to add additional roles. The 'Proposal Manager' role is required to submit offers. The document includes information on accessing help resources, such as getting started guides, account support, technical support, and a matrix outlining the actions and menu items available for each vendor role. This guide is crucial for vendors interacting with DoD solicitations, ensuring they can properly register and utilize the PIEE platform.
    The document is a Pre-Proposal Inquiry Submission Form for the N4008525B2505 Regional IDIQ Construction Maintenance Contract for Utilities Distribution Systems in the Hampton Roads Region, Virginia. This form is designed for submitting questions related to the referenced contract, indicating it is part of a federal government Request for Proposal (RFP) process. The structure includes fields for reference, question, section, paragraph, and submission details, underscoring its purpose in facilitating communication and clarification between potential bidders and the issuing government entity regarding the construction and maintenance of utility distribution systems.
    The document serves as a "Contractor Information Form" for federal RFPs and grant processes, designed to collect essential details from contractors applying for government contracts. It outlines the necessary fields for contractor information, including the Unique Entity Identifier (UEI), CAGE Code, firm name, address, and point of contact (POC) details such as phone number and email. The form also categorizes the type of business, allowing respondents to indicate if they qualify as a large business or various small business classifications (e.g., SBA certified, service-disabled veteran-owned). Additionally, contractors must provide their bonding capacity, detailing their surety name and maximum bonding amounts for individual and aggregate projects. A section for clarifying additional information is included, emphasizing that the form's content must remain unchanged. Overall, the form is a structured tool to facilitate the government’s assessment of contractor qualifications and capabilities, ultimately aiding in the selection process for awarding contracts. The overall aim is to ensure that contractors meet specific standards required to fulfill potential government contracts effectively.
    This government solicitation, N4008525B2505, is for a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) Construction Maintenance Contract for Utilities Distribution Systems in the Hampton Roads Region, Virginia. The contract, issued by NAVFACSYSCOM MID-ATLANTIC, involves maintenance, inspection, repair, and replacement of various utility systems both inside and outside facilities. It has a five-year ordering period, including a base period and four 12-month options, with an estimated magnitude of construction between $100,000,000 and $250,000,000. Bids are due by 2:00 PM local time on September 8, 2025, and must be submitted electronically via the PIEE Solicitation Module. A bid guarantee and performance/payment bonds are required. The contract uses a Firm Fixed Price arrangement, and award will be based on price and price-related factors. The successful offeror will receive a minimum guarantee of $5,000.00. The solicitation also includes detailed instructions for bid submission, responsibility determination information, and various FAR and DFARS clauses by reference and full text.
    The document is an "ABSTRACT OF OFFERS - CONSTRUCTION" for the NAVFACSYSCOM MID-ATLANTIC CONTRACTING CORE, specifically for the "Regional Indefinite Delivery Indefinite Quantity (IDIQ) Construction Maintenance Contract for Utilities Distribution Systems for Hampton Roads Region, Virginia." It details the solicitation number N4008525B2505, issued on August 7, 2025, and opened on September 8, 2025. The abstract lists two offers: Ryan Construction Co, Inc. and Hampton Roads Mechanical Virginia. For each offeror, it specifies their bid security (Yes for both) and acknowledged amendments (Yes for both). The government estimate for the total project is $207,099,963.46. Ryan Construction Co, Inc. submitted a total estimated amount of $248,070,768.56, while Hampton Roads Mechanical Virginia offered a total of $353,559,623.53. The document is certified by Jonathan Castillo, dated September 8, 2025.
    The document is a "Sources Sought – Project Information Form" used by contractors to submit relevant project experience in response to government RFPs and grants. Contractors are required to provide information about up to five projects, including details such as contractor and project identifiers, award dates, final contract prices, and project completion percentages. The form distinguishes between types of work—new construction, repair, or renovation—and captures the role of the contractor (prime or subcontractor) in each project. Moreover, it requests details about the contract type (e.g., Design-Build) and a description of self-performed work percentage. The detailed project description section allows contractors to showcase their expertise and capabilities, showcasing experience that aligns with the government’s procurement needs. This form is crucial for evaluating contractor qualifications and streamlining the bidding process for federal and local projects, ensuring that interested businesses can adequately demonstrate their relevant experience and capabilities.
    Similar Opportunities
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.
    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.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia. This initiative involves transferring ownership and operational responsibilities of the electric distribution utility system to a contractor, who will be tasked with maintaining reliable service, ensuring environmental compliance, and managing all associated costs and capital investments over a potential 50-year contract. The privatization is governed by 10 U.S.C. §2688 and aims to enhance the efficiency and reliability of utility services provided to the Government. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with contact inquiries directed to Andrew Urben at andrew.urben@dla.mil or Brandon Moses at brandon.moses@dla.mil.
    James River Dredging Industry Day-Post Event Docs
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is seeking qualified contractors for the James River Maintenance Dredging project, which will be executed as a five-year Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity of up to $47 million. The project involves maintenance dredging of approximately 1.0 million cubic yards of fines and sand, utilizing cutter-head pipeline equipment, with specific environmental restrictions in place to protect local fish populations and shellfish. Interested contractors should note that the Invitation for Bid is expected to be released in February 2026, with contract awards anticipated in July 2026; for further inquiries, they can contact Susan Ellis at susan.k.ellis@usace.army.mil or Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil.
    NNSY BLDG 171 Replace Distribution IX
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the replacement of Distribution IX at Building 171. This project falls under the NAICS code 236210, which pertains to Industrial Building Construction, and involves the repair or alteration of utilities as classified under PSC code Z2NZ. The successful contractor will play a crucial role in enhancing the infrastructure necessary for naval operations. Interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number N4008526R0009. For inquiries, potential bidders may contact Nakia Gregory at nakia.e.gregory.civ@us.navy.mil or by phone at 757-396-2137.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.