MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
ID: N6247024R0062Type: Solicitation
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)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This significant construction project aims to refurbish dock structures, rebuild caisson seats, and enhance utility systems, with a strong emphasis on safety and small business participation. The modernization is critical for maintaining operational readiness for submarine repairs and ensuring compliance with federal and environmental regulations. Interested contractors must submit their proposals electronically by June 30, 2025, and can direct inquiries to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines the mechanical demolition plans for the Norfolk Naval Shipyard's Dry Dock 3 Modernization project, focusing on the removal of specific piping systems and associated equipment. It details instructions for the complete removal of pipes, valves, and accessories located within utility tunnels and dry dock areas, while ensuring that any equipment, such as wireless transmitters, is preserved for future work. Essential protocols include coordination with civil demolition efforts and adhering to safety standards during the process. The plans emphasize minimizing any service interruptions and require that all existing utilities be positively identified before commencing demolitions. Key terms, abbreviations, and symbols used in the project are defined to provide clarity for those working on or reviewing the plans. The document serves as a critical guide for contractors involved in this federal government project, ensuring compliance with technical specifications and safety regulations while modernizing vital naval infrastructure.
    The government document outlines specifications for mechanical and structural installations at the Norfolk Naval Shipyard’s Dry Dock 3 modernization project. Key components include design details for air and water systems, including HDPE and stainless steel piping, valves, pumps, and control mechanisms to facilitate drainage and dewatering operations. Important design elements involve air treatment systems, pressure regulations, and the installation of weirs to manage water flow. Specific instructions denote the materials required, such as 316 stainless steel and 2205 duplex stainless steel, and stipulate that all components must meet certain resistance and operational standards. The document emphasizes safety and compliance with engineering practices, particularly regarding seismic requirements and equipment accessibility for maintenance. Overall, the purpose of this document adheres to federal guidelines for RFPs, aiming to enhance facility operations and ensure structural integrity while managing environmental impact during the construction and modernization phases at a naval facility. This project reflects a commitment to sustainable engineering and military readiness through advanced mechanical installations.
    The document outlines the specifications and requirements for the modernization of fire protection systems at the Norfolk Naval Shipyard’s Dry Dock 3. It emphasizes the integration of plumbing, mechanical, and electrical systems crucial for effective fire safety operations. Key points include collaboration among contractors, coordination with other trades to prevent service interruptions, and adherence to strict construction standards, including the use of durable materials like type 316 stainless steel for piping and fittings. The document meticulously details the layout and installation of dry dock fire-fighting (DDF) and submarine fire-fighting (SFF) piping systems while ensuring that existing services remain operational during construction. It also specifies the protocol for any necessary demolitions, field verifications, and scheduling of work to minimize disruption. Additionally, there are directives for the training and installation of fire alarm systems, emphasizing a proactive approach to safety and compliance. In summary, the modernization project reflects the Navy’s commitment to enhancing fire protection measures in accordance with federal guidelines, prioritizing the safety of personnel and facilities during operations at the shipyard.
    The document outlines the modernization project for Dry Dock 3 at the Norfolk Naval Shipyard, focusing on electrical infrastructure improvements and demolitions. It comprises detailed drawings, electrical legends, abbreviations, and general notes essential for compliance with national and military electrical codes. Main tasks include the removal of existing telecommunications cables and equipment, as well as installation of new electrical systems according to specified routing and depth standards. The contractor is responsible for coordinating with different trades to prevent conflicts during installation and ensuring the continuity of services for operational facilities. Key safety protocols emphasize grounding and maintaining existing electrical systems during construction. Temporary power feeds are to be established to ensure uninterrupted service. There are specific instructions for routing, demarcating electrical components, clearance requirements for installations, and managing hazardous materials. This document serves as a comprehensive resource for bidders responding to the Request for Proposal (RFP) related to the Dry Dock 3 modernization, aiming to streamline project execution while adhering to safety and operational continuity protocols within the Department of the Navy's specifications.
    The document outlines the electrical design and modernization plans for Dry Dock 3 at the Norfolk Naval Shipyard, as part of a larger project managed by the Naval Facilities Engineering Systems Command. Key aspects include the installation of high-capacity electrical equipment, including transformers and switchboards, along with revisions to conduit layouts to meet safety standards. Detailed specifications address the routing of electrical conduits, transformer placements, and the integration of new technology while ensuring compliance with existing structural guidelines. The project aims to enhance the operational capabilities of the shipyard, focusing on energy efficiency and safety. The documentation includes elevation drawings, electrical service plans, and instructions for contractor compliance, emphasizing the need for coordination among engineering, architectural, and environmental requirements. Overall, the modernization project seeks to maintain military readiness while updating critical infrastructure.
    The document outlines the electrical telecommunications plans under the Dry Dock 3 Modernization project at the Norfolk Naval Shipyard. The plans detail the routing and installation of fiber optic cables and telecommunications infrastructure to enhance communication systems within various areas, including existing buildings and ducts. Key tasks include utilizing existing conduits and raceways, coordinating with civil utility sheets for utility placement, and adhering to power site plans and manhole schedules. The project emphasizes the need for collaboration with various stakeholders and mandates proper documentation and approval processes throughout the project. It requires careful planning regarding telecommunications cable schedules and routing, ensuring minimal disruption to existing utilities and structures. Overall, this initiative illustrates the Naval Facilities Engineering Systems Command's commitment to improving telecommunication capabilities while adhering to safety, regulatory, and operational guidelines within military infrastructure. The document serves as a critical reference for contractors and engineers involved in the modernization efforts.
    The document outlines the modernization plans for Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia, managed by the Naval Facilities Engineering Systems Command. It provides a comprehensive layout of the project, featuring detailed plans and drawings that illustrate the construction and renovation phases, including dry docks, berths, and contractor laydown areas. The objective is to upgrade and maintain naval facilities to meet operational requirements efficiently while adhering to federal guidelines. The document includes various sections detailing engineering specifications, materials, and safety measures, all crucial for regulatory compliance and operational safety. It highlights the importance of thorough planning in construction phases, such as demolition and utilities management, ensuring that the modernization supports the U.S. Navy's long-term mission and enhances facility capabilities for future naval operations.
    The document comprises technical drawings and geotechnical information related to the modernization of Dry Dock 3 at the Norfolk Naval Shipyard. It includes details from various sheets, such as geotechnical investigations and boring logs prepared by GET Solutions, Inc., outlining soil boring records and laboratory testing procedures as per ASTM standards. The geotechnical engineer's interpretations detail subsurface conditions at designated locations, emphasizing that actual soil properties may differ from displayed records. The document is sanctioned by naval officials and structured to serve as a foundation for ongoing construction projects. The plans indicate the locations of boreholes, historical explorations, and testing methodologies, reflecting a comprehensive approach to safety and structural integrity in the renovation process. The focus on maintaining compliance with federal recommendations showcases the project's dedication to funding acquisition and systematic construction oversight, pertinent in the contexts of governmental RFPs and grants.
    The document outlines a comprehensive survey and mapping project for Dry Dock 3 at the Norfolk Naval Shipyard. This modernization initiative includes detailed topographic and utility mappings, emphasizing the importance of proper utility identification and management for future construction activities. Key aspects of the survey include the establishment of reference points—such as benchmarks—and the collection of elevation data, vital for effective construction and design processes. Various abbreviations and legends are provided for clarity, facilitating communication among engineering personnel. Specific notes highlight the need for adherence to standards in utility installations, erosion control measures during construction, and the involvement of specialized entities in surveying and data collection. The focus on environmental compliance and meticulous planning indicates a critical approach to managing federal and local requirements for infrastructural integrity and safety. Overall, this document serves as a foundational reference for executing the Dry Dock 3 modernization project, emphasizing precision in engineering practices and regulatory compliance.
    The document outlines the Civil Utilities Plan for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard. The primary focus is on updating various utility systems within designated areas, specifically highlighting connections to existing fresh water (FW), salt water (SW), compressed air (CA), steam (STM), and sanitary sewer systems (SSFM). Detailed engineering drawings illustrate the proposed utility routes and necessary fittings, including elbows, bends, and valve connections. The plan emphasizes the importance of utilizing standard fittings while ensuring contractors locate existing connections efficiently. Relevant construction notes emphasize adherence to structural and mechanical plans, as well as guidelines for erosion control. The modernization project aims to enhance operational capabilities at the shipyard while ensuring compliance with safety and regulatory standards. Overall, the document serves as a technical reference for contractors and engineers involved in the utility infrastructure improvements central to enhancing the Navy's operational readiness.
    The document pertains to the stabilization and modernization of Dry Dock 3 at the Norfolk Naval Shipyard, focusing on structural specifications, design loads, and construction requirements. Key elements include axle load diagrams, with maximum loads of 100 kips per wheel on various numbers of wheels, and detailed qualifications for materials such as reinforced concrete, steel, and aluminum. Cited codes and standards include pertinent UFC and ACI guidelines for structural engineering and design loads, addressing factors such as seismic and wind loads. The document defines necessary design loads, detailing dead, live, vehicular, and ship loads, as well as safety factors such as thermal stresses and mooring loads. Material specifications encompass various standards for structural steel, stainless steel, concrete, and anchoring systems, ensuring robust construction and resilience under operational stresses. The notes on demolition emphasize careful consideration of existing structures to preserve historical integrity. The information aligns with regulatory compliance for federal and state contracts, making it essential for potential contractors engaged in such government RFPs and grants. This summary encapsulates the intricacies of structural and material requirements crucial to the project’s successful completion, reflecting the Navy's commitment to enhancing its facilities while adhering to safety and engineering standards.
    The document outlines the demolition and modernization plans for Dry Dock 3 at the Norfolk Naval Shipyard, detailing specific structural alterations and improvements necessary for compliance and safety. The primary focus is on the selective demolition of existing structures, such as walls, capstans, and crane rails, along with the installation of new platforms and flood walls. Each demolition task is accompanied by notes emphasizing the importance of verifying utility locations, salvaging usable materials, and maintaining structural integrity during the process. Key construction details include specifications for material reinforcements, depth of demolition, and the condition of various existing structures. The drawings illustrate the planning essential for effective execution and adherence to safety standards. Moreover, the project adheres to federal and state regulations regarding construction practices and environmental considerations, ensuring a robust and compliant modernization. Overall, this plan exemplifies the Naval Facilities Engineering Command's commitment to upgrading naval infrastructure efficiently while addressing safety and regulatory compliance. The detailed guidelines aim to facilitate the execution of the modernization project concerning existing utilities and structures, thereby enhancing operational capacity at the port.
    The document concerns the modernization of Dry Dock 3 at the Norfolk Naval Shipyard, overseen by the Naval Facilities Engineering Systems Command. It outlines the structural elevation drawings and construction details essential for the project's execution. Key aspects include the installation of vertical and horizontal construction joints, proper reinforcement of concrete panels, and specified panel dimensions. Essential notes clarify the alignment of vertical construction joints with contraction joints, the requirements for panel marking, and instructions for removable flights and landings that must be compliant with safety guidelines. Details regarding the elevation of various structural elements, as well as coordination with associated mechanical utility drawings, are emphasized to ensure accuracy throughout the construction process. This modernization project aims to enhance the operational capabilities of the naval infrastructure while adhering to federal standards, ultimately supporting the Navy’s long-term mission requirements.
    The document outlines the specifications for the construction of prestressed concrete floor panels and precast wall panels as part of the Dry Dock 3 modernization at the Norfolk Naval Shipyard. It details the dimensions, types, and quantities of panels required along with their construction methods, including the necessity for falsework and specific concrete mix requirements. Each panel type is categorized by its thickness, width, and the number of prestressing strands. The document emphasizes adherence to specific engineering standards, such as the use of uncoated low relaxation steel strands and the submission of falsework designs for approval. Furthermore, it specifies requirements for lifting points and labeling for precast elements, along with guidelines for filling joints and using non-shrink grout. Overall, this document serves as a technical foundation for contractors bidding on federal contracts related to naval facility upgrades, ensuring compliance with precise engineering and safety standards while supporting the Navy’s infrastructure improvement initiatives.
    The document outlines detailed engineering and construction specifications for the modernization of the Dry Dock 3 at the Norfolk Naval Shipyard, focusing on structural steel and foundation work. Key elements include the installation of concrete pedestals, equipment mats, and reinforcements using dowel and epoxy adhesives, ensuring structural integrity under operational loads. Details such as the specifications for anchors, lifting rings, safety gates, and handrails are meticulous, emphasizing compliance with safety standards and adherence to the Navy's engineering guidelines. Instructions are provided for handling various construction components, including the use of stainless steel for durability and corrosion resistance, and clear descriptions of connections, bolting patterns, and support systems. The document serves to guide contractors in the execution of the project, ensuring safety and constructability while meeting the operational needs of the Navy's facilities. Overall, this technical document supports government procurement objectives by establishing clear and precise requirements necessary for competitive bidding and compliance within the framework of federal grants and contracts, thereby facilitating successful project delivery and enhancement of naval capabilities.
    The document pertains to the modernization project of Dry Dock 3 at Norfolk Naval Shipyard, designated as eProject No. 1806701. Managed by MN+BMcD Joint Venture, it outlines detailed procurement and contracting requirements for implementing construction enhancements, including significant structural, civil, and mechanical adjustments. The project encompasses various phases such as demolition, environmental control, and new system installations involving mechanical, electrical, plumbing, and fire safety protocols, adhering to NAVFAC standards. Emphasis is placed on quality assurance and safety procedures, as it includes addressing hazardous material concerns and maintaining marine environmental protection. This initiative not only aims to upgrade the facility for operational efficiency but also ensures compliance with safety and environmental regulations, reflecting the government's commitment to improving naval infrastructure.
    The document outlines the awarded project P-614 for waterfront utilities at the Norfolk Naval Shipyard in Portsmouth, Virginia, coordinated by the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic. It consists of detailed construction drawings indexed by navigation reference numbers, showcasing various aspects such as demolition and erosion control plans, construction notes, and utility plans spread over multiple areas. The document emphasizes the need for clear delineation of responsibilities, material specifications, and adherence to regulations during construction processes. Additionally, it provides general symbols, legends, and various construction details including structural designs and foundation specifications. By detailing the construction framework, the document aims to ensure that all parties involved can execute the project effectively while complying with safety standards and engineering practices. This project represents a significant investment in enhancing the naval facility's infrastructure, aligning with government initiatives for improved military readiness and operational capabilities.
    The document contains geotechnical data for the Norfolk Naval Yard's Nuclear Repair Shop, detailing soil exploration and composition from various borings conducted between October 1983 and September 1983. The soil types identified include silty sands, sandy silts, clayey silts, and crushed shells, with descriptions of their density, moisture content, and other relevant geotechnical properties. Notably, the data includes observations about the soil's conditions at different depths, indicating varying degrees of compactness and composition, which are critical for construction and engineering projects. This information is essential for informed decision-making in relation to site development, federal grants, and related contracting efforts. Furthermore, the document highlights the involvement of ATEC Associates, Inc. and Whitman, Requardt & Associates, signaling a collaborative approach in addressing the project’s geotechnical requirements. Overall, this geotechnical report serves as a vital resource for facilitating compliance with regulatory standards while mitigating risks associated with soil conditions at the site.
    The document presents a detailed report of geotechnical investigations conducted at various sites associated with the NNSY Drydock Closures project in Portsmouth, Virginia. It encompasses drilling data, including borings, Standard Penetration Tests (SPT), and material descriptions of subsurface conditions, indicating various soil types such as silty sand, clayey sand, and sandy clay, with depths recorded up to 100 feet. The report specifies drilling methods, equipment used, and water levels observed at the time of exploration. Moreover, it underscores the need for compliance with ASTM D-1586 standards for sampling and testing activities. Detailed logs contain information on material composition, geotechnical parameters, and specific remarks about recovery conditions during sampling. These insights are critical for ensuring site safety and supporting design recommendations for future construction efforts, reflecting the project's aim to align with federal guidelines regarding municipal infrastructure and environmental compliance.
    This Site Characterization Report details the geotechnical and environmental assessment for the modernization of Dry Dock 3 at Norfolk Naval Shipyard, Portsmouth, VA. The scope includes subsurface investigations to characterize soil conditions, assess environmental concerns, and provide data for proposed construction modifications to support Los Angeles and Virginia Class submarines. Key findings include a multi-phase investigation featuring Cone Penetration Tests (CPTu), Standard Penetration Tests (SPT), groundwater monitoring, and laboratory analyses of soil and groundwater samples. Results indicate the presence of fill materials, sandy and clayey soils from the Norfolk and Yorktown formations, and elevated levels of contaminants, such as mercury and total petroleum hydrocarbons in certain samples, requiring potential special handling and disposal. The groundwater analysis revealed concerning levels of Perfluoroalkyl and Polyfluoroalkyl Substances (PFAS), necessitating treatment of dewatering fluids prior to discharge. The report ultimately suggests notifying the Virginia Department of Environmental Quality (VADEQ) of the findings, developing a soil management plan, and preparing a groundwater management strategy. This report serves essential purposes for compliance with regulatory frameworks and supports informed decision-making in the execution of the modernization project, ensuring environmental safety and proper management of hazardous materials.
    The "Dry Dock 3 Concrete Coring Report" prepared by MN+BMcD Joint Venture for the Norfolk Naval Shipyard details the evaluation of concrete integrity through the extraction and analysis of 40 core samples from Dry Dock 3. This initiative is part of a broader repair and modernization plan aimed at assessing the structural quality of the dry dock, originally constructed in 1903 and extended in 1910. Core samples were analyzed for compressive strength, unit weight, and material composition, revealing a compressive strength of 3,189.7 psi and a unit weight of 147.7 pcf. The findings indicated severe seawater damage in several samples, particularly those containing dolostone aggregates, which exhibited distinct degradation from seawater attack while others with natural gravel were in “fair-good” condition. The report outlines the methodology employed for coring, including depths and locations of sample extraction, and emphasizes the importance of these evaluations in guiding future repairs. This concrete coring program serves to delineate the extent of concrete damage and inform repair strategies, demonstrating the government's commitment to maintaining critical infrastructure at the naval shipyard.
    The Hazardous Materials Inspection Report for Dry Dock #3 at Norfolk Naval Shipyard examines the presence of hazardous materials, including asbestos, lead, and other hazardous substances that may affect planned renovations. Conducted by AH Environmental Consultants, the assessment involved sampling and testing materials such as suspect asbestos-containing materials (ACM) and paint containing lead and chromium. The inspection identified asbestos levels in accessible areas as mostly non-detectable and assessed applicable regulatory standards for lead and RCRA metals in various paint samples. Notably, some paints were found to contain dangerous levels of lead and chromium, requiring careful handling and disposal protocols. In addition to lead and asbestos concerns, the report notes other potential hazards like mercury and polychlorinated biphenyls (PCBs) associated with fluorescent lights and older equipment. A specific hazardous tar material was also identified, prompting further analysis to assess its composition and disposal needs. The report emphasizes the importance of adhering to OSHA and EPA regulations during renovation work, reflecting the project's commitment to maintaining safety and environmental standards while addressing the potential risks linked to these hazardous materials. This inspection is essential for ensuring compliance and safety in upcoming construction activities within the shipyard.
    This report evaluates the sediment quality at Dry Dock 3 of the Norfolk Naval Shipyard, necessitated by the impending expiration of its operational certification. Significant repairs and modernization efforts are planned, including structural reinforcements and utility upgrades, which require comprehensive sediment assessments to mitigate potential water quality impacts. The study involved collecting sediment samples down to 15 feet below the surface and performing physical and chemical analyses, ensuring compliance with environmental standards and identifying disposal options for dredged materials. Key findings indicated the presence of contaminants such as metals and polychlorinated biphenyls (PCBs) exceeding environmental thresholds, particularly in samples from certain intervals. Analysis showed that total PCBs in various depths often surpassed regulatory limits, indicating contamination concerns. Standard elutriate tests suggested potential water quality exceedances during dredging or construction activities, particularly for metals, PAHs, and cyanides. This report serves as a basis for regulatory permitting and highlights the need for effective management practices during construction to minimize adverse environmental impacts and ensure compliance with water quality standards. Overall, the document outlines essential environmental assessments necessary for the modernization of Dry Dock 3, reflecting the Navy's commitment to responsible maintenance and operational readiness.
    The document outlines a comprehensive audit of electrical manhole inspections conducted by W.R. O’Neal Electric Inc. in June 2022. It catalogs various manholes categorized by their respective codes (e.g., EMH 175, EMH 178, EMH 254), providing specific details on the condition of walls and racks, dimensions, and the types and sizes of conduits and cables present within each manhole. The assessments highlight areas needing maintenance, noting instances of corrosion and structural degradation, particularly below the waterline. Additionally, cable tag information is meticulously recorded, including voltage ratings, insulation types, and sizes, with observations about communications infrastructure and abandoned lines. This document serves as a systematic record essential for future maintenance planning and potential federal or local grant applications related to electrical infrastructure upkeep and upgrades within the government's operational framework.
    The Groundwater Evaluation Summary Report details the assessment conducted by Burns & McDonnell for the Modernization of Dry Dock 3 at the Norfolk Naval Shipyard, Portsmouth, VA. The primary objective of this evaluation was to determine groundwater quality around the dry dock to inform future construction and dewatering processes. The field activities included the installation of multi-depth monitoring wells, groundwater sampling, and slug testing to assess hydraulic conductivity. The report presents findings on groundwater levels, concentration of volatile and semi-volatile organic compounds, metals, and per- and polyfluoroalkyl substances (PFAS). While VOCs such as trichloroethylene and vinyl chloride were detected, overall concentrations were low. The PFAS analysis revealed multiple substances, with perfluorooctanesulfonic acid (PFOS) showing the highest concentration. Hydraulic conductivity testing will aid in modeling future dewatering strategies. Notably, the groundwater evaluation is not tied to regulatory mandates but aims to streamline construction activities while ensuring environmental compliance. Results will guide decision-making on future water treatment and permit requirements, underpinning the project’s commitment to safety and environmental management.
    The Virginia Department of Environmental Quality approved the Erosion and Sediment Control (ESC) Plan and granted a waiver for Stormwater Management (SWM) for the Dry Dock 3 Modernization project at Norfolk Naval Shipyard. The ESC Plan addresses 0.72 acres of land disturbance, while the SWM waiver allows for the construction activities without a formal SWM Plan. Both approvals require adherence to federal, state, and local laws and allow a 30-day appeal period. The National Oceanic and Atmospheric Administration's National Marine Fisheries Service completed an Endangered Species Act consultation, concluding that the project is not likely to negatively impact any protected species or habitat. They noted that vessel traffic changes would be minimal and would not significantly affect Atlantic or shortnose sturgeon populations. Additionally, the Virginia Marine Resources Commission issued a permit for construction involving temporary and permanent structures at the site, conditioned on various statutory requirements and protocols for environmental protection. The project includes constructing a cofferdam and conducting dredging while following established environmental standards to minimize ecological disruption. This document outlines the necessary state and federal approvals ensuring compliance with environmental regulations for the Norfolk Naval Shipyard's modernization efforts, emphasizing ecological considerations amidst infrastructure development.
    Appendix ‘J’ of the government document pertains to Historical Construction Photographs, indicating its focus on visual documentation of past construction activities. Although the page is blank, this section suggests a methodological approach to archiving significant historical projects related to federal and local RFPs, grants, and construction initiatives. The inclusion of such photographs is likely intended to provide context and visual references for ongoing and future projects, ensuring a documented history that may inform architectural, engineering, or preservation practices. While no specific details or images are presented in this file, the acknowledgment of historical construction signifies its importance in the planning and execution phases of government-funded activities, highlighting the role of visual records in understanding past methodologies and outcomes in construction projects.
    The document is a Pre-Proposal Inquiry Submission Form related to the federal solicitation N62470-24-R-0062 for the modernization of Dry Dock 3 at Norfolk Naval Shipyard in Portsmouth, VA. It outlines the framework for potential contractors to submit inquiries regarding the project. The form includes sections for referencing specific questions, identifying sections and paragraphs of interest, and laying out the submission details. This initiative aims to enhance the shipyard's capabilities, ensuring compliance with federal standards while fostering transparency and collaboration between the government and contractors. The document serves as a tool for pre-proposal communications, facilitating a clear understanding of project specifications and expectations for potential bidders in the federal contracting process.
    The document outlines a site visit for Dry Dock #3 scheduled for April 10, 2025, focusing on the collection of requested photographs. This site visit is likely part of a larger process related to federal or state/local Requests for Proposal (RFPs) or grants, emphasizing the importance of visual documentation in assessing the condition and requirements of the dock. The purpose is to facilitate informed decision-making and planning for any necessary renovations, maintenance, or evaluations of the dry dock facilities. Overall, the site visit and the associated photographic documentation are critical for ensuring that stakeholders have a comprehensive understanding of the site's status as they move forward with proposals or grant applications related to its improvement or sustainability.
    The document outlines the General Decision Number VA20250001 regarding wage determinations for heavy dredging construction projects in Virginia, effective February 21, 2025. It stipulates that contracts under the Davis-Bacon Act must adhere to minimum wage rates set forth in Executive Orders 14026 and 13658. For contracts initiated after January 30, 2022, the minimum wage is $17.75 per hour, while contracts before this date must pay at least $13.30 per hour if not renewed afterward. The document details various job classifications within dredging operations, each with specific wage rates and fringe benefits, including requirements for paid holidays and vacation. Additionally, it explains the process for wage determination appeals, including initial decisions, requests for review, and further appeals to the Administrative Review Board. The summary of classifications ranges from high-skilled positions like Deck Captain to various labor roles. The document serves as an essential guideline for contractors involved in federal projects within the dredging sector, ensuring compliance with established wage standards and labor protections while reflecting on the broader context of government contracting regulations.
    This document pertains to the General Decision Number VA20250161, which applies to construction projects in Portsmouth, Virginia, under the Davis-Bacon Act. It outlines wage determination specifics, indicating that contracts subject to this legislation must comply with minimum wage rates set by Executive Orders 14026 and 13658. The document details wage rates for various construction roles, stipulating a minimum of $17.75 per hour for contracts awarded or extended post-January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. It includes classifications for numerous trades such as electricians, plumbers, and carpenters, along with their respective wage rates and fringe benefits. Additionally, it describes the process for appeals regarding wage determinations and stresses the requirement for contractors to provide paid sick leave. This information is essential for compliance with federal and state labor regulations and ensures proper worker compensation on government-funded construction contracts.
    The Davis-Bacon Act wage determination document for Virginia (General Decision Number: VA20250209) outlines prevailing wage rates for heavy construction projects in Portsmouth County. It specifies minimum wage obligations based on two Executive Orders: Executive Order 14026, applicable to contracts initiated or extended from January 30, 2022, mandating a minimum hourly wage of $17.75; and Executive Order 13658, which covers contracts awarded between January 1, 2015, and January 29, 2022, requiring a minimum wage of $13.30. The document details various classifications and wage rates for different labor roles, such as boilermakers and electricians, including corresponding fringe benefits. Additionally, it addresses the appeal process for wage determinations, indicating that initial requests should be sent to the Wage and Hour Division and providing specific contact information. Unlisted classifications can be added post-award, and any contract will also adhere to provisions like paid sick leave as outlined in Executive Order 13706. This document serves as a crucial reference for contractors and stakeholders involved in federal and state-funded construction projects, ensuring compliance with wage regulations established for federal contracts.
    The document outlines the Award-Fee Plan for the Dry Dock 3 Modernization project at Norfolk Naval Shipyard, detailing the assessment and payment structure of contractor performance. It defines roles, including the Fee Determining Official (FDO) and the Award-Fee Evaluation Board (AFEB), responsible for evaluating performance against established criteria during set evaluation periods. The plan specifies the available award-fee, evaluation criteria, interim evaluation processes, and adjustment procedures. It emphasizes the importance of schedule adherence and quality management as primary evaluation factors, with specific percentages assigned to each. Changes to the Award-Fee Plan can occur at the discretion of the FDO or AFEB, with the contractor being notified accordingly. The process includes a self-assessment opportunity for the contractor and outlines termination conditions that may affect award-fee payments. Additional annexes detail organizational structures, allocation of fee evaluations, and performance evaluation metrics. The plan reflects government oversight in ensuring that project objectives are met and facilitates contractor accountability through financial incentives linked to performance quality and schedule management.
    Appendix B of the federal document presents the Revised Economic Price Adjustment Schedule for various construction materials, outlining specific resources, their codes, quantities, and unit prices excluding indirect costs and profits. Key categories included in the schedule are reinforcing steel, structural concrete, piles, excavation support, fuel, precast/prestressed elements, trench grating, copper cabling, and miscellaneous items. The total quantities span millions of pounds and gallons for materials like rebar and diesel and cover a range of concrete types varying in strength and purpose. The schedule directs offerors to propose unit costs for selected commodities to be eligible for price adjustments under FAR 52.216-4, while noting that non-proposed items will not qualify for adjustments. The estimated quantities inform contract administration but do not trigger FAR 52.211-18’s variation clause. This document is crucial for facilitating government procurement processes by standardizing prices and quantities for bidding contractors, ensuring transparency in federal and state contract management.
    The document outlines the civil engineering plans for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard, focusing on demolition, utility modifications, and erosion control measures. It details guidelines for erosion and sediment control, emphasizing adherence to both specifications and regulations, such as the Virginia Erosion and Sediment Control Handbook. Key requirements include maintaining utility services during construction, stabilizing disturbed areas, and ensuring proper installation of underground utility lines while minimizing pollutant discharge. The document specifies protocols for demolition of various structures and utilities, including asphalt and concrete pavements, pipes, and drainage systems. It includes comprehensive demolition criteria, required temporary measures, and restoration processes ensuring compliance with environmental and safety standards. The plan supports the broader goal of enhancing naval infrastructure while adhering to federal requirements for construction projects. The recommendations aim to prevent sediment contamination and manage stormwater effectively during and after construction activities for the safety and operational continuity of naval operations.
    The document titled "APPENDIX 'A2' Additional Reference Record Drawings" is part of a project issued on April 30, 2025. However, it consists solely of a blank page intended for duplex printing, indicating that it may serve as an appendix or supplementary material related to other detailed documents. This format suggests it is likely linked to federal grant proposals or local/state Requests for Proposals (RFPs), serving as additional reference material for stakeholders. The absence of substantive content means that no key ideas or supporting details can be extracted directly. This appendix might be included to indicate forthcoming drawings or additional information required for comprehensive documentation. Overall, its inclusion underlines the importance of structured presentation in government-related proposals while providing a placeholder for further content.
    The document MIL-DTL-29229B(YD) outlines specifications for fabricated track switches and frogs specifically designed for portal cranes, approved for use by the Naval Facilities Engineering Command and other Department of Defense agencies. It details the types, classes, and styles of fittings, including double tongue track switches, rigid frogs, half-crossings, and turntable frogs, intended for specific engineering applications. The specification includes references to applicable documents, material requirements, and construction standards, emphasizing the quality of materials and workmanship essential for safety and functionality. Key inspection requirements are stipulated, including a first article inspection for compliance verification. Modular details on construction processes, welding, finish specifications, and identification marking are provided to ensure conformity throughout the production process. This comprehensive specification serves as a guideline for contractors and manufacturing entities in acquiring or building compliant track fittings for crane operations, aligning with specific military and governmental standards and expectations.
    The Norfolk Naval Shipyard is undergoing a modernization project for Dry Dock 3, which has significant implications for submarine repair operations. Key timelines indicate that submarine repairs will continue until March 2026, with limited topside access until July 2026. Access to crucial infrastructure, such as the dry dock pump well and interior, will not be available until later in 2026. The construction of a temporary entrance cofferdam cannot start until September 2026, coinciding with the removal request for the dry dock caisson. Important rail access will be required at different phases to support ongoing shipyard operations. Evolutionary work schedules specify periods for limited and unrestricted access to the M-140 enclosure and associated facilities, along with strict safety protocols around combustible and flammable materials. This modernization reflects a comprehensive approach to infrastructure upgrade while ensuring operational safety and adherence to environmental standards, highlighting NAVFAC's role in maintaining the operational capabilities of the Navy’s ship repair facilities.
    The document concerns the existing utility bridge at Dry Dock #3, outlining the parameters for a government Request for Proposals (RFP) related to its renovation or upgrade. The primary focus is on evaluating the current structural integrity and utility conditions of the bridge, which plays a critical role in supporting various utilities and services. Key components include an assessment of existing utilities, including electrical, water, sewage, and communication lines, to ensure they meet current standards and are operable. Moreover, the document emphasizes the necessity for a detailed engineering analysis to address potential improvements, aiming to enhance safety and functionality. It highlights the importance of adherence to local, state, and federal regulations and standards throughout the project. The RFP process is essential in attracting qualified contractors to undertake the evaluations and proposed upgrades, ensuring the bridge can support future demands. This initiative reflects broader governmental efforts to maintain infrastructure reliability and safety in publicly accessible areas.
    The Dry Dock 3 Modernization project at Norfolk Naval Shipyard focuses on upgrading railroad track and accessories to enhance operational efficiency. It outlines specifications for materials, including ballast, geotextiles, railroad ties, and steel components necessary for constructing and maintaining the tracks. Detailed submittal requirements and quality assurance processes emphasize adherence to safety standards and compliance with relevant regulations. Key aspects include the procurement of materials such as wood ties that must be well-seasoned and treated, specific requirements for ballast materials, and standardized track construction protocols. The project emphasizes careful planning, layout approval, and installation methods to ensure integrity and reliability of the railroad structure. Work processes will involve strict supervision and quality checks on equipment and materials, including environmental considerations for material handling and disposal. The comprehensive guidelines serve to ensure that all components meet the necessary performance standards, reflecting a strong commitment to modernizing the shipyard's infrastructure while minimizing hazards. This initiative ultimately underscores the importance of adhering to federal and local regulations throughout the modernization process.
    The document pertains to the modernization of Dry Dock 3 at the Norfolk Naval Shipyard, emphasizing structural modifications and demolition plans. It includes detailed engineering drawings that illustrate various components such as tide gauges, discharge lines, steam lines, granite steps, fiberglass stairs, and electrical installations. The project outlines necessary demolitions, including bollards and crane rails, while also addressing excavation limits for supporting structural modifications. Key elements include compliance with specific engineering standards and guidelines set by the Naval Facilities Engineering Command (NAVFAC). Several sections detail standards for reinforcing bars, construction joints, and reinstallation of various utilities. The initiative reflects the government's commitment to upgrading vital maritime infrastructure while ensuring compliance with safety and engineering regulations. Overall, the document serves as a foundational reference for contractors and engineers involved in the Dry Dock 3 project, outlining essential technical specifications, demolition requirements, and structural details necessary for successful execution.
    This document outlines the civil demolition and erosion control plans for various areas surrounding Dry Dock 3 at the Norfolk Naval Shipyard as part of a modernization project by NAVFAC Atlantic. The project’s primary purpose is to ensure systematic demolition of existing infrastructure, including concrete and asphalt pavements, pipe systems, and monitoring wells, along with utility lines to facilitate the area’s upgrade. Specific instructions detail the demolition processes, emphasizing environmental control measures during construction, such as erosion control notes and protection of existing structures like capstan foundations. The document also includes technical drawings that convey the plans for utility connections, salvaging materials for reuse, and the proper management of hazardous materials, including steam, freshwater, and saltwater piping. The planning exhibits are designed to maintain compliance with safety regulations, highlighting that measures for maintaining service flow and managing potential hazards are explicitly outlined. Overall, this project aims to modernize the naval facilities while ensuring minimal environmental disruption and adherence to safety standards in demolition and construction activities.
    The document labeled APPENDIX ‘A2’ includes additional reference record drawings pertaining to a federal or state/local RFP, issued on June 4, 2025. While the content suggests the presence of detailed architectural or engineering drawings meant to provide further clarity or specifications for a project, the actual document is void of substantive information, as one page is simply stated to be left blank for duplex printing. This indicates that the main focus of the appendix is likely to support a larger procurement or grant application process by providing necessary visual aids or supplemental material. However, without visible content, it is difficult to assess the specific nature of the drawings or their direct relevance to an accompanying RFP or grant initiative. The structure suggests a formal supplementary document meant to enhance understanding of a project or proposal. Overall, the appendix functions as a placeholder that signifies the intent to include further detailed visual information relevant to prospective bidders or grant recipients.
    The P1620 Dry Dock 3 Modernization RFP (N62470-24-R-0062) outlines the requirements for proposal submissions related to contract evaluations in Portsmouth, VA. Offerors are required to submit a completed Contractor Performance Assessment Reporting System (CPARS) evaluation if available; otherwise, they must use the Past Performance Questionnaire (PPQ) provided. This includes contact information for clients related to past projects for performance evaluation purposes. Offerors unable to acquire completed PPQs by the proposal deadline must submit preliminary project information. The document also includes a comprehensive PPQ form to be completed by clients, assessing various factors such as quality, schedule, customer satisfaction, management, cost management, and safety. Each category includes specific rating criteria, allowing clients to evaluate contractor performance effectively. Ratings range from Exceptional to Unsatisfactory, influencing future contracting decisions. The overarching goal of the document is to gather adequate performance history to inform the evaluation of potential contractors for the modernization project, thereby ensuring that selected firms have a proven track record in similar endeavors and can meet the service quality expected by the government. This systematic approach to assessing past performance underlines the importance placed on reliability and efficiency in government contracting.
    The document outlines a Construction Experience Project Data Sheet, required for submission in response to government Requests for Proposals (RFPs). It collects essential information regarding a contractor's experience, including details such as firm name, address, and DUNS number, as well as the type of work performed (either as a prime contractor, subcontractor, or in a joint venture). The form inquires about specific project details, including contract numbers, award and completion dates, project type (new construction or other), and pricing structures (firm-fixed price or cost/time and material). Additionally, it requests a comprehensive project description highlighting relevant features, construction methods, and any sustainable or LEED certifications. It also prompts the firm to detail self-performed work within related projects. This data sheet serves as a critical component for evaluating contractor capabilities and aligning with the requirements set forth in the RFP, ensuring compliance and facilitating the selection process for government-funded construction projects.
    Attachment E – Historical Small Business Utilization serves as a required form for all offerors, both large and small, to detail their past performance in small business participation for federal contracts. The form is designed to evaluate Factor 4, Small Business Utilization and Participation, by documenting each project's details, including project title, offeror size, role (prime, subcontractor, or joint venture), and any required subcontracting plans. Offerors must fill in actual subcontracted dollar values across various categories—small businesses, large businesses, and specific socioeconomic categories such as Women-Owned, HUBZone, and Veteran-Owned businesses—while also noting established goals where applicable. Unmet goals must be explained in detail, reinforcing accountability and transparency in small business utilization. The document is structured to gather comprehensive data over multiple projects (up to five), ensuring that all percentages and values are rounded appropriately. The instructions emphasize the necessity for accuracy and completeness, rejecting any alternate submissions. This form aims to enhance small business engagement in federal contracting, aligning with government goals to promote entrepreneurship and economic growth in diverse business segments.
    The document titled "Small Business Participation Commitment Document (SBPCD)" outlines the requirements for offerors responding to RFP N62470-24-R-0062 for the modernization project at Norfolk Naval Shipyard. It mandates that all offerors, regardless of business size, must fill out this commitment document to demonstrate their plans for subcontracting with small businesses (SBs). Key components include identifying the size classification of the prime contractor, detailing overall contract values, and specifying the percentages and dollar amounts allocated for small business participation, with a minimum requirement set at 20%. Offerors need to provide firm commitments to specific SBs, which can be formal agreements like teaming or joint venture agreements. Additionally, if a minimum participation percentage is not met, explanations must be provided. The document emphasizes the importance of small business involvement in federal contracting to promote economic growth and opportunities within diverse socio-economic categories. This SBPCD serves as a critical evaluation tool for assessing commitment levels to small business collaboration in federal projects.
    The Small Business Subcontracting Plan for Solicitation/Contract N62470-24-R-0062 outlines requirements for large businesses when subcontracting to small businesses, in compliance with Federal Acquisition Regulations (FAR). The plan mandates specific goals for subcontracting, including total project values, percentage distributions among various business categories like small, disadvantaged, and women-owned businesses, among others. Key sections detail the methods for setting goals, identifying potential subcontractors, and ensuring equitable opportunities for small businesses. The plan emphasizes the importance of outreach, maintaining compliance records, and providing reports to the contracting officer and Small Business Administration (SBA). Administrators are assigned to oversee the implementation of the subcontracting plan, focusing on fostering relationships with small business communities and ensuring maximum participation. The document stipulates that failure to meet subcontracting goals must be reported, and encompasses policies on timely payments to subcontractors as well as compliance with federal regulations. Overall, this comprehensive plan reflects the government’s commitment to encouraging small business participation in federal contracting opportunities as part of broader economic development initiatives.
    The document outlines a price schedule for the modernization of Dry Dock 3 at Norfolk Naval Shipyard in Portsmouth, Virginia, as part of federal government procurement processes. It includes line items for various construction tasks, such as cofferdam construction, demolition, excavation, and installation of systems, each requiring specific unit prices and total costs. Various work items are categorized under different line item numbers (CLINs), with detailed descriptions and quantities specified. The schedule emphasizes that prices should be entered for each item, as omissions may lead to proposal rejection due to non-responsiveness. Additionally, the document addresses compliance considerations, including potential project delays due to the Marine Mammal Protection Act. The overall purpose is to solicit competitive bids and ensure government procurement standards through structured pricing and conditions.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide provides comprehensive instructions for businesses seeking to register as vendors for Department of Defense (DoD) solicitations. The guide facilitates a streamlined and secure registration process through the PIEE platform, which includes roles such as Proposal Manager and Proposal View Only for accessing solicitations. New users are given a step-by-step procedure to self-register, while existing users can easily add additional roles to their accounts. Support sections offer guidance on account management, technical issues, and the roles/actions matrix, which clarifies the capabilities associated with each vendor role. Overall, the document serves as an essential resource for vendors to engage effectively with DoD procurement activities and fulfill the necessary requirements to participate in solicitations.
    The document outlines the list of acceptable identity proofing documents as specified in CNICINST 5530.14A CH-2. It serves to establish identity for individuals, particularly in contexts where federal grants or RFPs may require verification of identity. Key categories of acceptable documents include U.S. passports, permanent resident cards, employment authorization documents, state-issued driver's licenses compliant with the RealID Act, and various forms of identification from government agencies that contain personal biographic information. Additional provisions are made for individuals under 18, allowing the use of school records, birth certificates, or other parental verification documents. Furthermore, alternative identity proofing may be established through combination documents, including Social Security cards or birth certificates, which must accompany a second ID with personal details. Overall, this comprehensive list serves to guide applicants on the necessary paperwork needed for verifying identity to ensure compliance with governmental regulations and facilitate access to federal services or funding opportunities, especially during RFP submissions.
    The document outlines specific criteria that may result in denial of access to Navy installations based on concerns regarding good order, discipline, and morale. Key prohibitive conditions include identification in various government databases such as the Foreign Fugitive File, Immigration Violator File, and the National Sex Offender Registry. Also listed are serious felony convictions, including rape, child molestation, human trafficking, espionage, sabotage, treason, terrorism, and general felony convictions within the last ten years. Additional grounds for denial include being barred from any Navy installation or having an outstanding arrest warrant. These established criteria emphasize the Navy's commitment to maintaining security and discipline within its facilities.
    The CNRMA Installation Access Screening Request Form is a government document designed to facilitate the access of visitors to military installations. It outlines the necessary information required for visitor verification, including personal details such as name, Social Security Number (SSN), date of birth (DOB), place of birth (POB), citizenship, and contact information. Additionally, the form necessitates sponsor information from individuals who are associated with the military base, including their command details and contact abilities. Key components include the identification of badge types based on security clearance (e.g., CIA or NAVSEA access), and the need for expiration dates and visit dates to be clearly marked. The document underscores the importance of ensuring security protocols are met when granting access to sensitive military locations. This form is critical for ensuring compliance with federal security regulations while managing visitor access during official duties or operations within the installation. Overall, the purpose of this form is to streamline visitor access while maintaining high security standards in military environments which is essential for federal operations and regulatory compliance.
    The document pertains to an applicant named Tom Uliana requesting base access for the Norfolk Naval Shipyard (NNSY) as part of a federal RFP process. It outlines key requirements including start and end dates for access, which cannot exceed two years. The application necessitates full personal information such as the Social Security Number (SSN), date of birth (DOB), and contact details for the sponsor at NAVFAC LANT, including phone number and email address. The focus is on ensuring compliance and security checks, with additional notes for clearance statuses and checks related to international regulations. The document serves as a formal request within the framework of federal processes, aimed at verifying eligibility for access to sensitive military installations, illustrating the intersection of security protocols and administrative procedures in government operations related to defense facilities.
    The document highlights a technical requirement for opening and viewing PDF files, specifically mentioning that Adobe Reader 8 or higher is needed. It indicates potential issues if the software is not installed or correctly configured, which may impede access to important documents. To resolve these issues, the file provides a link to Adobe's website for guidance on installation and configuration. The context of this information is relevant to users involved in federal government RFPs, federal grants, and state or local RFPs, as accessing these documents is crucial for compliance and participation in various government-related activities. The note emphasizes the importance of maintaining appropriate software for efficient document management in this sector.
    This document provides detailed driving directions to the main gate of the Norfolk Naval Shipyard (NNSY) located at 2900 Effingham St, Portsmouth, VA. Visitors are instructed to take the first right turn after passing through the gate, proceed past BLDG 1763 (P-257), and navigate through a series of turns, ultimately leading them to the visitor parking area, which is positioned to the front left within the designed parking lot. The careful detailing of the route indicates a focus on ensuring efficient access to the installation for visitors, potentially in the context of attending meetings or responding to government RFPs and grants associated with the shipyard. The guidance is straightforward, aimed at facilitating compliance with access regulations and enhancing visitor experience at a federal facility.
    The Norfolk Naval Shipyard's Dry Dock 3 Modernization Project involves significant construction efforts scheduled to continue through 2026, focusing on submarine repairs and infrastructure improvements. The project emphasizes stringent access controls, requiring all personnel, equipment, and materials to remain within defined work limits. A chain-link barrier will secure work areas, while transmission of utility services must be coordinated closely to avoid disruption. Contractors are obligated to design staging and laydown areas with careful attention to emergency response routes and waterfront access, considering both environmental and regulatory requirements for erosion and sediment control. A series of restrictions will apply throughout different phases of construction, including limited access to various facilities and the prohibition of storage for combustibles near the M-140 enclosure. Overall, this modernization initiative reflects a commitment to enhancing operational capabilities at the shipyard while maintaining safety and compliance with federal standards. The project documentation specifies particular timelines, access requirements, and construction methodologies, stressing the need for efficient coordination among all stakeholders involved.
    The Department of the Navy's Naval Facilities Engineering Systems Command has issued a Justification and Approval (J&A) for the procurement of Supervisory Control and Data Acquisition (SCADA) products under solicitation N62470-24-R-0062 for the Dry Dock 3 Modernization project. This procurement will utilize brand name and exclusive licensing agreements for HSQ remote terminal units (RTUs) valued at under $1 million. The statutory authority permitting this non-competitive action is 10 U.S.C. 3204(a)(1) due to the requirement that only one responsible source can meet the agency’s needs. Market research indicated that only one company, Arayna Technologies, expressed interest, but they proposed an entire replacement of the SCADA system which is outside the project scope and were not qualified to provide the necessary hardware. As a result, the contracting officer confirmed that costs are fair and reasonable and there are no plans for future competition unless new sources emerge. The document concludes with certifications affirming the legal sufficiency and accuracy of the justification for this procurement.
    The Department of the Navy's Naval Facilities Engineering Systems Command, Atlantic, seeks approval for a sole-source procurement of six Limitorque L120 Electric Actuators under solicitation N62470-24-R-0062 for the Dry Dock 3 Modernization project. This project involves significant refurbishments, including rebuilding caisson seats, refurbishing the dock, and replacing surrounding rail systems, valued at under $1 million. The justification for bypassing full and open competition relies on 10 U.S.C. 3204(a)(1), which states that only one responsible source meets the agency's requirements. A market search conducted on the SAM website revealed only one interested party, which did not respond adequately to further inquiries. The Contracting Officer has verified that the expected costs are fair and reasonable. Currently, there are no intentions to foster competition for this type of procurement unless new interested sources emerge. The document concludes with certifications of technical accuracy, legal sufficiency, and approval for the procurement approach. This file illustrates the federal government's process of justifying non-competitive contracts to address specific needs effectively.
    The document outlines a series of civil demolition and erosion control plans for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard. The project includes the full-depth demolition of various structures such as concrete and asphalt pavements, chain link fences, crane rails, railroad tracks, and multiple types of piping. The plans emphasize protecting existing infrastructure, including capstans, during the demolition process. Detailed erosion control measures and drainage narratives are provided to manage runoff effectively. The technical drawings are supported by a set of notes that reference existing conditions, specifications for materials, and requirements for contractor coordination. This modernization effort aligns with federal and military standards, ensuring safety and compliance while enhancing operational efficiency at the naval facility.
    The document serves as an introduction to federal government Requests for Proposals (RFPs) and grant opportunities, emphasizing their significance for state and local entities. It outlines the government’s intent to solicit proposals from qualified organizations to address various needs within communities and ensure effective utilization of federal funds. Key components discussed include eligibility criteria for applicants, proposal submission guidelines, and evaluation metrics for proposals. The section elaborates on funding priorities that align with federal objectives such as public welfare, economic development, and infrastructure improvement. Additionally, it stresses the importance of compliance with federal regulations and the necessity for transparency throughout the funding process. By highlighting these points, the document aims to guide prospective applicants in navigating the complex landscape of federal funding opportunities, ultimately facilitating enhanced service delivery at state and local levels. The structured overview ensures clarity and encourages engagement from potential grantees to foster collaboration and innovation in public service initiatives.
    The document serves as a reference record for the Naval Facilities Engineering Command's project regarding the M-140 Enclosure #4 Foundation at Drydocks 2 & 3, issued on April 23, 2025. It encompasses various technical drawings, including boring logs, civil notes, utility plans, demolition plans, and detailed specifications for structural and electrical components related to the foundation. Key elements include outlines of the grading plans, storm drain schedules, utilities management, and notes on materials like medium voltage switches and transformers, complying with established specifications. Each section of the proposed infrastructure, from earthwork to electrical installations, underwent commentary resolution from the reviewing body on compliance with the Unified Electrical Manual (UEM) requirements. The primary purpose of this document is to ensure adherence to federal standards in the context of a government contract, emphasizing the importance of compliance, safety, and functionality in the project’s execution. This comprehensive approach illustrates the complexities associated with infrastructural upgrades in federal projects while maintaining harmony with local regulations and overarching safety measures.
    The document details the approval of an Erosion and Sediment Control Plan and a Stormwater Management Waiver for the Dry Dock 3 Modernization project at Norfolk Naval Shipyard, Virginia. The Department of Environmental Quality (DEQ) has approved a plan covering 0.72 acres of land disturbance, emphasizing compliance with federal, state, and local laws. The project aims to modernize Dry Dock 3—constructed in 1908—to enhance maintenance capabilities for Navy submarines and accommodate future sea-level changes. Essential activities include cofferdam installation, dredging, and reinforcing the dry dock's structure. The Navy has initiated essential fish habitat (EFH) consultations under the Magnuson-Stevens Act, acknowledging potential adverse but non-substantial effects on fish habitats. The document outlines the action area of the project, emphasizing environmental considerations and relevant timelines for construction, which is expected to last approximately 4.5 years. Key efforts will be made to manage sediment and protect water quality during construction, showcasing the Navy's commitment to environmentally responsible practices while ensuring operational readiness. The proposed activities reflect a careful balance of infrastructural improvement and ecological responsibility.
    The document outlines important updates and instructions regarding the management of Man-Made Vitreous Fibers (MMVF) exposure at the Norfolk Naval Shipyard (NNSY). It serves as a revision of the Occupational Safety, Health, and Environment (OSHE) Program Manual Chapter II-25 and details the policies for controlling personnel exposure to MMVF during handling, storage, and disposal. Key components include a comprehensive training program for affected personnel, specified personal protective equipment (PPE) requirements, exposure limits for various fibrous materials, ventilation guidelines, and procedures for hygiene and waste disposal. The protocol mandates that all work involving MMVF must adhere to strict safety procedures, including the use of engineering controls, PPE, and regular monitoring of exposure levels to ensure compliance with health standards. Additionally, responsibilities are designated to various departments at NNSY for proper execution and oversight of the program, focusing on employee safety and regulatory adherence. This revision emphasizes the transition from asbestos to MMVF materials while maintaining environment and worker safety standards.
    The government documentation outlines the civil demolition and erosion control plans for the Dry Dock 3 Modernization project at the Norfolk Naval Shipyard. The focused area consists of comprehensive demolition tasks, including the removal of various pavement types, crane rails, piping systems (freshwater, sanitary sewer, storm drain), and foundations. Specific notes detail protection measures for existing structures, such as capstan foundations, to ensure ongoing stability during demolition activities. The plans specify demolition methodologies and include references to additional engineering drawings for contextual understanding, highlight safety measures, and emphasize adherence to existing conditions through detailed survey and legend notes. This structured approach reflects the necessity to manage environmental impacts effectively while executing construction activities that enhance operational capabilities at the facility. By targeting both structural and utility aspects of the site, the project aims to modernize and maintain the naval shipyard's functionality within federal standards, ultimately supporting mission readiness and safety compliance in a critical military setting.
    The document is a cost estimate summary for furniture, fixtures, and equipment (FF&E) related to the Dry Dock 3 Repair and Modernization project at the Norfolk Naval Shipyard. It provides detailed information on estimated costs for various items, including accessories, chairs, equipment, storage, tables, and workbenches, with the total estimated cost amounting to approximately $15,540.57, including a contingency for unforeseen expenses. The file outlines quantities, descriptions, and associated costs for specific items, as well as vendor pricing requests based on technical performance criteria. The project emphasizes compliance with government standards and necessitates precise measurements and coordination with architectural and mechanical systems to avoid conflicts. The FF&E will be funded separately from construction funds, highlighting the structured approach to project management in governmental contracts. These estimates are essential for budgeting and planning within federal and state regulations, showcasing the commitment to establish a functional and compliant work environment for the Naval Facilities Engineering Systems Command.
    The government file outlines the Dry Dock 3 Repair and Modernization project at the Norfolk Naval Shipyard, VA. It details the required interior and exterior finishes, specifying materials and colors from various manufacturers. Key interior finishes include epoxy paints and flooring systems, with specific products from Sherwin Williams and Stonhard. Exterior finishes consist of guard rails and structural components, along with elastomeric paint coatings. Adherence to applicable codes and construction standards is crucial, with guidelines provided for dimensions, quality, and project execution. The document emphasizes the importance of using specified materials to meet minimum quality standards and includes instructions for sealants, protective measures for various construction elements, and coordination with utilities. Illustrations are provided to assist in compliance and accurate execution of designs. The purpose of this RFP aligns with federal and state requirements for construction projects, aiming to enhance operational readiness and safety within the naval facility. This thorough approach reflects the commitment to upholding regulatory standards while modernizing critical infrastructure.
    The document presents a justification for using other than full and open competition for the acquisition of Schneider Electric Shunt Trip Breakers under solicitation N62470-24-R-0062 for Dry Dock 3 Modernization. It identifies the unique requirement for these brand-name items due to their compatibility with existing Schneider Electric equipment, which necessitates a direct replacement. The acquisition's urgency and the proprietary nature of the components from only one source—a specific manufacturer—are cited as valid reasons for limiting competition. The estimated cost for the breakers is $14,700, with a performance period running from January 2026 to May 2031. The justification highlights the significant risk of operational disruptions if alternative sources were considered, emphasizing the criticality of procuring these specific components to ensure the continuity of mission-critical operations. Overall, the document underscores the necessity of prioritizing quality and compatibility in government procurements while also adhering to regulatory guidelines.
    This memorandum justifies the use of other than full and open competition for an acquisition under the simplified acquisition threshold, specifically for the procurement of brand-name electrical meters associated with the Dry Dock 3 Modernization project at Norfolk Naval Shipyard. The items required are Shark 270-9S-60-20-V5-S-INP100S-X meter and Shark 250 submeters, crucial for compliance with the Department of Defense (DoD) Cybersecurity requirements and already authorized for use on the Navy’s Advanced Metering Infrastructure (AMI) network. The justification is primarily based on the brand-name specification, limiting procurement to one source due to established proprietary rights and exclusive licensing agreements with the Original Equipment Manufacturer. The project demands compliance within a specific timeframe, supporting mission-critical operations under DoD Utility Policy. Estimated costs for the procurement are around $8,700 with a delivery period extending from January 2026 to May 2031. This action underscores the government's responsiveness to urgent operational needs while complying with federal procurement regulations.
    The Department of the Navy's Naval Facilities Engineering Systems Command is seeking approval for the procurement of Supervisory Control and Data Acquisition (SCADA) products through a brand name and exclusive licensing agreement for the Dry Dock 3 Modernization project. The required HSQ remote terminal units (RTUs) will control and integrate industrial control systems essential for base operations, valued at under $1 million. The justification for bypassing full and open competition is based on 10 U.S.C. 3204(a)(1), as only HSQ technologies can meet specific technical requirements without risking redundancy and operational hazards. Efforts to include other vendors yielded no viable alternatives, with only one interested company proposing a complete system replacement, which does not align with project goals. The contracting officer has determined the anticipated costs to be fair and reasonable, and there are currently no plans to seek additional sources for this specific requirement, pending any future developments in the vendor landscape. This procurement reflects NAVFAC's commitment to maintaining cyber security and operational integrity in U.S. Navy facilities.
    The Department of the Navy's Naval Facilities Engineering Systems Command, Atlantic seeks approval to procure six Limitorque L120 Electric Actuators for the Dry Dock 3 modernization project under solicitation N62470-24-R-0062. The equipment, valued at under $1 million, is essential for operating sluice gates that facilitate the dry dock's function of draining and flooding. The requirement for specialized actuators made of corrosion-resistant materials stems from the marine environment, which increases failure risks and necessitates a standardized inventory for operational efficacy. The justification for non-competitive procurement is based on 10 U.S.C. 3204(a)(1), which allows for contracting with a sole source when no other options meet the necessary criteria. Outreach efforts included a sourcing announcement on the SAM website; however, only one entity, Begini Howard Private Equity, expressed interest, but failed to follow through. The Contracting Officer will determine cost fairness based on FAR Part 15 guidelines. Currently, NAVFAC Atlantic does not plan to pursue competitive bidding for these actuators but will reassess the situation if other viable sources emerge. This procurement mechanism underscores the agency's commitment to maintaining operational readiness within the constraints of its specific technical needs.
    The solicitation N62470-24-R-0062 outlines a Request for Proposals (RFP) for the Design-Bid-Build modernization project of Dry Dock 3 at Norfolk Naval Shipyard in Virginia. The project involves rebuilding caisson seats, refurbishing the dock floor, constructing new utility systems, and implementing safety measures like constructing a cofferdam for dry working conditions. Interested contractors must submit sealed bids, including technical and price proposals, with a minimum small business participation requirement of 20% of the contract value. Five evaluation factors will assess proposals: Corporate Experience, Schedule, Small Business Utilization, Safety, and Past Performance, with the non-price factors being significantly more important than price. The solicitation details submission guidelines, including required forms and documentation to ensure compliance. Proposals must be submitted electronically by May 8, 2025, with pre-proposal inquiries due two weeks prior to the submission deadline. The government reserves the right to reject any proposals that do not meet established requirements. This solicitation illustrates the U.S. government's commitment to facilitating competitive procurement processes while emphasizing the importance of small business participation and safety in construction contracts.
    This document serves as Amendment 0004 to solicitation N6247024R0062, addressing various modifications related to construction specifications and requirements. Key changes include the extension of the proposal due date to June 18, 2025, and the establishment of a cut-off date for submission of Pre-Proposal Inquiries (PPIs) on May 23, 2025. The amendment also provides responses to specific PPIs, clarifying conflicting specifications regarding piezometer standpipes, foundational supports, and construction phasing details. Additionally, it outlines revisions to technical specifications, drawings, and required attachments for bidders, focusing on aspects such as vibrational monitoring, utility pipe materials, and construction sequencing. The document stresses the necessity for compliance with all amendments, indicating that failure to acknowledge these changes before submission could result in rejection of offers. This modification is integral to ensuring that contractors are adequately informed about project expectations and requirements, thereby enhancing bid accuracy and compliance with federal and local regulations.
    The document details an amendment to a federal solicitation (RFP N6247024R0062) for the Dry Dock 3 Modernization project at the Norfolk Naval Shipyard. The main purpose of the amendment is to extend the proposal due date to June 6, 2025, and address various pre-proposal inquiries (PPIs) regarding project specifications and requirements. Key changes include revisions to construction specifications, solicitation documents, and technical drawings aimed at clarifying construction details and requirements. The project encompasses significant infrastructure improvements, such as rebuilding caisson seats, refurbishing dry dock floors and walls, and creating a new pump house. The government emphasizes the necessity of precise contractor submissions that demonstrate relevant past experiences, particularly for complex waterfront projects. Each proposal will be evaluated based on corporate experience, schedule, small business utilization, safety, and past performance against the backdrop of competitive bidding. This amendment is essential for ensuring all contractors have adequate time to submit comprehensive proposals tailored to the updated requirements, facilitating a fair and competitive bidding process. Overall, it reflects the government's commitment to transparency and thoroughness in the procurement process.
    This amendment, identified as Modification 0003 to the solicitation N6247024R0062, addresses procedural changes and responses to previously submitted Proposer's Questions (PPIs) regarding a government contract. Key updates include extending the proposal submission deadline, revising specifications and technical drawings, and clarifying requirements for environmental controls and material handling. The amendment mandates careful documentation of excavated soils and outlines testing protocols for various construction materials. Significant responses include confirmation that certain design loads and vibration thresholds are established, and detailed procedures are provided for trolley testing related to the in-haul system. The amendment also emphasizes compliance with environmental standards, specifically pertaining to waste characterization and disposal protocols in line with Virginia DEQ guidelines. Overall, this document ensures clarity about requirements for contractors, enhancing compliance and operational efficiency for the construction project at hand, while maintaining strict adherence to federal and local government regulations.
    The document is an amendment to solicitation N6247024R0062, detailing changes to a federal contract for construction work. The amendment aims to address procurement proposal inquiries (PPIs), revise specifications and drawings, and provide relevant attachments. Key changes include confirming site inaccessibility impacts on the construction schedule, specifying material sourcing guidelines from World Trade Organization (WTO) countries, and clarifying requirements for concrete specifications and demolition practices. Notably, it emphasizes that contractors must incorporate 47 non-working days due to site restrictions into their proposals without expecting additional compensation. The contract modifications also include precise instructions regarding materials, equipment, and construction practices essential for compliance. The amendment ensures clarity for contractors, highlighting their responsibilities, changes in project scope, and legal considerations affecting the solicitation's execution. This structured documentation aims to facilitate the procurement process, ensure compliance with federal regulations, and streamline contractor submissions.
    The document is an amendment to a solicitation regarding the modernization of Dry Dock 3, issued by the Naval Facilities Engineering Command. It primarily extends the proposal due date, provides responses to pre-proposal inquiries (PPIs), and outlines revisions to the solicitation text, including updates to contract drawings, specifications, and bidding requirements. Key changes include the extension of the proposal submission from June 18, 2025, to June 25, 2025, as well as clarifications on environmental considerations regarding PFAS treatment and specific construction requirements like dewatering treatment and hazardous material handling. The solicitation entails significant construction activities, including a temporary cofferdam, refurbishment of dry dock components, and utility system updates, with an emphasis on safety and small business participation. Offerors are evaluated on technical merit, corporate experience, safety records, and commitment to utilizing small businesses, with the contract awarded based on the best value to the government. The document highlights the importance of compliance with military specifications and environmental regulations, ensuring successful project execution in alignment with federal contracting standards.
    The Federal Government has issued an amendment regarding the solicitation for the P1062 Dry Dock 3 Modernization project at Norfolk Naval Shipyard in Portsmouth, Virginia. This amendment is a request for information (RFI) focused on the potential use of Project Labor Agreements (PLAs) for the construction project. The project involves significant construction activities with an estimated cost exceeding $500 million, and a performance duration of approximately 1,825 calendar days. The RFI seeks public comments on the viability of implementing PLAs, which are collective bargains establishing employment terms for specific projects, as mandated by Executive Order 14063 for large-scale projects. Stakeholders are invited to respond with their insights on labor availability, specialized construction needs, and the impacts of PLAs on project participation and costs. Comments must be submitted via email by June 11, 2025. This solicitation serves to gauge industry perspectives and is for planning purposes only, with no commitment to contract awards based on the responses. The government will maintain confidentiality regarding all submitted information.
    The document details Amendment 0008 to a solicitation, specifically for a government contract regarding construction projects, addressing various contractor inquiries (PPIs). The amendment aims to clarify specifications, revise drawings, and include attachments essential for the bidding process. It provides responses to numerous PPIs concerning technical specifications, construction sequences, materials, and methods. Key insights include requirements for crane rail geometry, demolition sequencing, and materials reuse, alongside clarifications on the process for handling asbestos-containing materials. The government emphasizes adherence to existing conditions and detailed surveys to guide construction effectively. This amendment serves to ensure all contractors are on the same page, mitigating risks during bidding and execution phases, thereby demonstrating the government's commitment to precise oversight and compliance in public procurement.
    The document serves as an amendment to a solicitation involving a major construction project under contract ID N6247024R0062, focused on Dry Dock 3 Modernization. The amendment extends the proposal due date from June 25, 2025, to June 30, 2025, and addresses several responses to Pre-Proposal Inquiries (PPIs), revising specifications and drawings, and providing necessary attachments. Key changes include modifying contractor requirements related to tiebacks and clarifying various project specifications to enhance understanding and accuracy. The solicitation aims to engage contractors for extensive upgrades that include rebuilding caisson seats, refurbishing dock structures, and constructing a wet well and pump house. Evaluation criteria emphasize corporate experience in similar projects, understanding of scheduling, small business utilization, safety performance, and past performance trends. The contract encourages full and open competition, allowing for a fair selection process that evaluates both price and technical merit. This solicitation demonstrates the government's commitment to upgrading critical infrastructure while promoting small business participation and ensuring safety and effective project execution through comprehensive evaluation and clear communication with potential contractors.
    This document is an amendment to a federal solicitation regarding a construction project at the Norfolk Naval Shipyard, specifically focused on the modernization of Dry Dock 3. The amendment provides updated site visit information and includes the new insertion of the FAR Clause 52.223-23 concerning sustainable practices. The acquisition is open for full competition, with a NAICS code of 237990 and an anticipated construction cost exceeding $500 million. Key elements of the RFP include an emphasis on corporate experience, project scheduling, small business participation, safety measures, and past performance. Offerors must submit a detailed proposal that adheres to specific submission requirements, including technical narratives and price proposals. Evaluation factors prioritize non-price criteria—like safety and past performance—over price, which only becomes critical in cases of equivalent proposal quality. An organized site visit is scheduled for April 2025, reinforcing the importance of firsthand contractor engagement with the project site. Overall, the document reflects government efforts to ensure quality and value in contractor selection and performance while integrating sustainable practices within major federal construction projects.
    The Award-Fee Plan for the Dry Dock 3 Modernization at Norfolk Naval Shipyard outlines the framework for evaluating contractor performance and determining award fees. It establishes specific evaluation criteria focused on schedule management (80% weight) and quality management (20% weight). The Fee Determining Official (FDO) oversees the process and may make unilateral changes to the plan before evaluation periods. The plan includes detailed measures for interim and end-of-period evaluations, with contractors encouraged to submit self-assessments. Award fees are allocated across five evaluation periods, with each period's performance influencing the contractor's subsequent fees. Should a contract be terminated, the earned fee is assessed by the FDO as per the established criteria. Annexes provide additional organization details, evaluation criteria, and performance assessment formats to ensure a structured approach to contractor evaluation. This plan promotes accountability and performance standards, reflecting the government's commitment to efficient project management in federal contracting contexts.
    This document outlines a pre-solicitation notice for a construction contract concerning the Military Construction Project (MILCON) P1062 at Norfolk Naval Shipyard, Virginia, part of the Shipyard Infrastructure Optimization Program (SIOP). The project encompasses significant renovations, including rebuilding components of Dry Dock 3, enhancing its structural integrity to withstand increased flooding conditions, and constructing a new wet well and pump house. Key requirements include the installation of a temporary cofferdam to enable work under dry conditions and the reconstruction of the dock's floor and walls using reinforced concrete. The contract is anticipated to last 1825 calendar days, and it will be publicly competed, allowing large and small businesses to submit proposals. The estimated construction value exceeds $500 million. The request encourages participation from diverse small business categories, yet initial feedback indicates minimal interest from small firms for prime contracting. A complete solicitation is expected to be released by NAVFAC Atlantic around late February 2025, and interested contractors must register with the System for Award Management (SAM) to participate. A site visit is planned with pre-registration required for attendees. All inquiries about this initiative can be directed to designated government contacts.
    The document is a price schedule for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia, outlining pricing for a series of tasks to be performed under eProjects Work Order #1806701. It includes a base price for the overall work and breaks down various components necessary for the project, such as constructing cofferdams, dewatering systems, and other structural elements. Each line item specifies the quantity, unit price, and the total projected costs, allowing bidders to present their offers clearly. Key items include demolition work, construction of support systems, various piling operations, environmental compliance measures, and disposal of unsuitable soil or debris. The schedule emphasizes the necessity for careful price calculation and indicates that proposals will be evaluated based on responsiveness and balance to avoid undervalued bids or inflated costs. Option items for additional work are also detailed, including furniture and equipment provisions and dewatering for PFAS-contaminated water, showcasing the project's comprehensive scope. This document serves as a guide for contractors to submit bids accurately aligned with federal regulations and project requirements.
    Similar Opportunities
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    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.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    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
    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.
    N0002426R4405 USS DONALD COOK (DDG 75) Sources Sought
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY27 Dry Docking Selected Restricted Availability (DSRA) of the USS DONALD COOK (DDG 75). The procurement aims to identify industry capabilities and interest in performing extensive maintenance and modernization work, including significant upgrades to various systems and structural repairs, scheduled from January 11, 2027, to April 15, 2028. This project is critical for maintaining the operational readiness of the vessel and involves approximately 70,000 man-days for maintenance and 15,000 for modernization, requiring contractors to have specific facilities and capabilities, including a dry dock suitable for a DDG51 Class Ship. Interested parties must submit their letters of interest by 4 PM Local Time on January 2, 2026, to the designated contacts, Brian Romano and Alicia Vesey, via the provided email addresses.
    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.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@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
    Dept Of Defense
    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 (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.