Design Build – NAPS Looney Plaza Replacement, NAVAL STATION NEWPORT, NEWPORT, RI.
ID: N4008526R0014Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the design and construction of the Looney Plaza Replacement project at Naval Station Newport, Rhode Island. The project entails the demolition of the existing brick paver and quartz tile system and the installation of a new concrete plaza designed to eliminate trip hazards and provide a safe muster and training area for Naval Academy Preparatory School (NAPS) students. This initiative is critical for ensuring safety and functionality, as the new plaza must also serve as a fire lane capable of supporting heavy emergency vehicles, while adhering to Low Impact Development (LID) strategies for stormwater management. Interested contractors should contact Stefan Nassaney at stefan.nassaney@navy.mil or 401-841-4443 for further details, with proposals due by December 18, 2025, following a site visit scheduled for December 2, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses pre-award inquiries for the N69450-24-R-PW05 NAS JAX EVSE Infrastructure project, clarifying various aspects of the Request for Proposal (RFP). Key clarifications include accepting electronic proposal submissions, establishing a 90-calendar-day proposal acceptance period, and extending the proposal due date to December 18, 2025. The government also detailed the demolition of existing plaza materials (permeable paver system and quartz pavers) to be replaced with processed road gravel, and confirmed that certain surveys (backflow installation, asbestos, lead, PCB, radiological) are not required for this scope, though a contaminated soil survey and Low Impact Development (LID) feature are still necessary. No electrical work or commissioning is expected, and a geotechnical report does not exist. A new site visit is scheduled for December 2, 2025, with RFI and proposal due dates extended accordingly. The Quality Control Manager and Site Safety and Health Officer roles must be separate individuals.
    This government file outlines the general requirements for Work Order Number 1830323, "Looney Plaza Resurfacing" at the Naval Academy Preparatory School, Naval Station Newport, RI. The document details administrative, technical, and safety procedures for contractors. Key aspects include comprehensive quality control, stringent security measures, detailed payment and invoicing processes, and specific design and construction submittal procedures. The project mandates compliance with numerous federal and DoD standards, including accessibility and environmental controls. Contractors must adhere to strict work restrictions, obtain necessary permits, and provide extensive documentation, emphasizing safety, quality, and environmental protection throughout the project lifecycle.
    The Looney Plaza Resurfacing project at Naval Station Newport, Rhode Island (Work Order 1830323), involves the demolition and removal of the existing brick paver and quartz tile system and the installation of a new concrete plaza. The primary objective is to eliminate trip hazards and uneven surfaces, providing a safe muster and training area for NAPS students. The project requires adherence to Low Impact Development (LID) strategies for stormwater management, including drainage, filtration, and a retention basin. The new plaza must also function as a fire lane, capable of supporting an 82,000-pound ladder truck. The site is located on Environmental Restoration Site 23, necessitating HAZWOPER-certified personnel for soil disturbance and offsite soil disposal approval from the USEPA. An optional component includes applying a water-based stain for color and pattern on the concrete surface. Coordination with NAPS and NAVFAC personnel is crucial to minimize disruptions, especially during NAPS's summer recess from May 10 to July 20.
    Similar Opportunities
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    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.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    REPAVE CGA, PSN 30134884
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical upgrades including roof repairs, structural strengthening, electrical enhancements, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, with a completion deadline of 630 calendar days from the start date. Interested contractors must submit their proposals by December 9, 2025, 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.
    NEWPORT RI POTS REPLACEMENT SOLUTION
    Buyer not available
    The Department of Defense, through the Naval Computer & Telecommunications Master Station Atlantic (NCTAMS LANT), is seeking sources for a Plain Old Telephone Service (POTS) replacement solution at Naval Station Newport, Rhode Island. The objective is to transition approximately 131 users across 54 buildings from the existing POTS infrastructure to a secure digital connection utilizing LTE cellular data, with a target completion date before the cessation of Verizon's copper infrastructure on March 31, 2026. This procurement is critical for maintaining reliable telecommunication services and includes requirements for features such as voicemail, call blocking, and enhanced 911 services, while adhering to various security standards. Interested vendors are encouraged to respond by December 6, 2023, and should direct inquiries to Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.
    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
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.
    NHHC NMUSN Industry Day Notice
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is hosting an Industry Day on June 4, 2025, at the Washington Navy Yard to engage with contractors and vendors regarding future projects for the National Museum of the United States Navy (NMUSN). This event aims to foster collaboration and gather innovative ideas related to architecture, exhibit design, artifact conservation, and various support services essential for the museum's development, which is projected to open in 2030 with a budget of $225 million. Participants will have the opportunity to attend briefings, engage in Q&A sessions, and schedule one-on-one discussions with government representatives, facilitating a deeper understanding of the contracting process and upcoming solicitations. Interested parties must RSVP by May 26, 2025, and provide necessary identification for base access; for further inquiries, contact Wesley Peters at wesley.b.peters.civ@us.navy.mil or Caitlin King at caitlin.d.king2.civ@us.navy.mil.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Buyer not available
    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.