MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL STATION, PORTSMOUTH, VIRGINIA
ID: N6247024R0062Type: Sources Sought
Overview

Buyer

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

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 Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing fire protection measures, all while ensuring compliance with safety and environmental regulations. The modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, with a minimum requirement for small business participation set at 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.

    Point(s) of Contact
    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 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 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.
    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.
    Similar Opportunities
    Z--Market Research is being conducted for the Dry Dock 4 Renovation at Norfolk Naval Shipyard, Portsmouth, Virginia
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking industry feedback for the Dry Dock 4 Renovation project at Norfolk Naval Shipyard in Portsmouth, Virginia. The project includes various construction activities such as the installation of a temporary cofferdam, repair of caisson seat, structural repairs to dry dock floors and walls, repair of dry dock utility systems, and renovation of pump well mechanical and electrical systems. The estimated construction cost for this project is $100-$250 million. Interested contractors with NAICS code 237990 and similar construction experience are invited to attend an Industry Day event on October 16, 2019, at the Renaissance Hotel in Portsmouth, VA. Feedback on phasing, scheduling, task challenges, and acquisition strategy will be requested. Seating is limited, and interested firms must RSVP by October 10th. This event is open to all contractors, regardless of current contracts with NAVFAC. Contact Mr. Philip Cole, the Contracting Officer, for more information.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, located in Virginia Beach, Virginia. The project aims to enhance operational efficiency by modernizing control systems critical for facility management, with an estimated contract value between $250,000 and $500,000. This initiative is part of a broader federal effort to maintain and improve infrastructure, ensuring that facilities operate optimally. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals by March 12, 2025, following a mandatory site visit scheduled for February 26, 2025. For further inquiries, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
    INDUSTRY DAY FOR DESIGN-BUILD, RM24-3467 RENOVATE SP17 FOR FLEET LEGAL SERVICES, NAVAL STATION NORFOLK, NORFOLK VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is hosting a virtual Industry Day on March 18, 2025, to discuss the renovation of Building SP-17 for Fleet Legal Services at Naval Station Norfolk, Virginia. This design-build project, with an estimated construction cost between $100 million and $250 million, aims to create a Fleet Legal Services Complex (FLSC) that will serve as the primary legal support facility for the U.S. Navy Second Fleet, incorporating both prefabricated modular construction and conventional renovations. Interested contractors are required to RSVP by March 17, 2025, to gain access to the Industry Day meeting link, which will feature project presentations and a Q&A session with NAVFAC’s design team, ahead of the anticipated project advertisement scheduled for April 2025. For further inquiries, contractors can contact Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P-909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is seeking qualified small businesses to provide architect-engineer design and engineering services for small waterfront projects in the Hampton Roads Area of Responsibility (HR AOR). This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $95 million over a five-year period, will encompass planning, design, and construction services related to military waterfront facilities and utility systems. The procurement emphasizes the importance of specialized experience, qualifications, and past performance, ensuring that selected firms adhere to federal standards and safety regulations. Interested contractors must submit their proposals electronically by April 14, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further information.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Buyer not available
    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.
    N3904025Q1002 Barge Repair, Groton, CT.
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for the repair and modernization of the C300 YFBN-41 Barge located in Groton, Connecticut. The project encompasses a range of repair services, including the modernization of the flooding system, installation of a fire alarm, replacement of a drinking fountain, and cleaning and preservation of the CHT tank and sump, all to be completed by June 30, 2025. This initiative is crucial for maintaining the operational readiness and safety of naval infrastructure, adhering to strict federal safety and environmental regulations. Interested small businesses are encouraged to submit their quotations and past performance information to Gary W. Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-994-0292, as this opportunity is set aside for total small business participation.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat, specifically designed for underwater maintenance and repair operations for the U.S. Navy. The contract includes comprehensive responsibilities for the design, construction, and delivery of the vessel, which must adhere to stringent specifications and safety regulations, ensuring operational readiness for dive support missions. This specialized boat will play a critical role in supporting Navy divers during submarine repairs and inspections, emphasizing the importance of durability and compliance with environmental standards. Interested contractors, particularly those classified as Historically Underutilized Business (HUBZone) entities, should contact Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil for further details, with proposals due by March 28, 2025.
    Thimble Shoal Maintenance Dredging
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Thimble Shoal Maintenance Dredging project in Hampton, Virginia. This procurement involves maintenance dredging services to ensure the operational efficiency and safety of dredging facilities, which are critical for navigation and environmental management in the area. The contract is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is expected to be awarded following a presolicitation notice. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or by phone at 757-201-7883, or Tiffany Kirtsey at Tiffany.N.Kirtsey@usace.army.mil or 757-201-7132 for further details.