DBB B300 WATERFRONT MACHINE SHOP ROOF & HVAC REPAIR, PORTSMOUTH NAVY SHIPYARD KITTERY, MAINE
ID: N4008525R2596Type: Special Notice
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is conducting a market survey for the B300 Waterfront Machine Shop Roof & HVAC Repair project at the Portsmouth Navy Shipyard in Kittery, Maine. This opportunity seeks public input on the potential implementation of Project Labor Agreements (PLAs) for the construction project, which is expected to involve roof and HVAC repairs with a total estimated cost between $25 million and $100 million. The use of PLAs is significant for large-scale federal construction projects, as they aim to enhance efficiency and labor management, particularly in projects exceeding $35 million. Interested parties are encouraged to submit their responses to the attached questionnaire via email to Madison Tatem by 2:00 PM EST on June 13, 2025, to provide insights on labor representation, service availability, and historical PLA usage.

    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command, Mid-Atlantic is issuing a Sources Sought Notice to identify eligible small businesses for construction services related to the repair of the B300 Waterfront Machine Shop Roof and HVAC systems at the Portsmouth Naval Shipyard in Kittery, Maine. The current roof has deteriorated significantly, causing leaks and water infiltration, while the HVAC system contains lead dust due to its age (originally installed between 1979 and 1984) and lacks significant updates. The project involves removing the old roof and HVAC units, containing lead dust, and installing new roofing and HVAC components, including unit heaters and outdoor air systems. Small businesses, especially those certified as SDVOSB, VOSB, HUBZone, 8(a), and WOSB, are encouraged to respond, with submissions demonstrating experience in similar substantial renovations. Relevant projects must have a final construction cost of at least $15 million, involving rehabilitation of industrial facilities. The estimated project magnitude is between $25 million and $100 million, and responses are due by March 25, 2025. This notice serves as a market research tool and does not constitute a request for proposals; feedback and potential set-aside determinations will follow based on industry responses.
    This Request for Information (RFI) seeks insights on the implementation of a Project Labor Agreement (PLA) for a construction project. It includes a questionnaire aimed at gathering responses from various stakeholders, such as government entities, unions, contractors, and small businesses. Key inquiries cover the representation of respondents, availability of specialized construction services, insights on union and non-union labor involvement, and interest in participating under a PLA. Additionally, it seeks information on the historical use of PLAs in similar projects, wage comparisons between union and prevailing rates, and potential cost implications associated with PLAs. The overall purpose of the RFI is to assess the feasibility and impact of a PLA on prospective construction projects, ensuring an informed approach to labor management and cost estimation within the framework of federal, state, and local RFPs and grants. The document aims to establish a comprehensive understanding of the local labor market and contractor interest to guide decision-making for better project outcomes.
    The document is a Contractor Information Form designed for federal government use in the procurement process, specifically within Requests for Proposals (RFPs) and grants. It seeks essential details from contractors regarding their business qualifications and bonding capabilities. Key sections include the contractor's general information, such as DUNS number, CAGE Code, firm name, and contact details for a point of contact (POC). Additionally, the form requires the contractor to indicate their business type, including classifications like SBA certified 8(a) firms, HUBZone small businesses, Service-Disabled Veteran-Owned, and others. Furthermore, it requests information on the contractor's bonding capacity, specifying the name of the surety and maximum bonding limits per project and in total. The bottom section allows for clarification of the provided information but instructs not to alter the form's content. Overall, this form is a critical tool for obtaining necessary contractor information to facilitate government contracting and compliance with various requirements.
    The document is a "Sources Sought – Project Information Form," intended for contractors to supply credible project experience relevant to federal requests for proposals (RFPs) or grants. Contractors are instructed to submit up to five projects, detailing specifics across multiple sections. Each submission requires the contractor's name, project details (number, title, location), financial information (award date, contract price), the completion status, the type of work performed (new construction, renovation, etc.), and contact information for project representatives. Additionally, the form queries the contractor's role in the project (prime or subcontractor), contract type, and the extent of self-performed work, demanding a detailed project description. This structured approach ensures that the federal agencies receive comprehensive data about a contractor's capabilities for evaluating their qualifications in a competitive bid process. Overall, the form aids in identifying skilled entities for executing government projects while emphasizing thorough documentation and accountability in contracting practices.
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems that support nuclear-powered submarines and associated facilities, involving significant upgrades to power distribution, energy storage, and water infrastructure. This initiative is critical for ensuring the operational reliability and resiliency of essential military utilities. Proposals are due by February 10, 2026, with a mandatory site visit scheduled for December 16, 2025, requiring prior security clearance and proof of U.S. citizenship. Interested parties can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
    PLA Survey for DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming renovation project at Camp Pendleton, California, which includes significant repairs and upgrades to a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities. The project aims to enhance operational efficiency by installing new equipment, revamping infrastructure, and improving overall facility conditions, with an estimated construction cost between $25 million and $100 million and a targeted award date in late fiscal year 2026. This survey invites comments from the construction community regarding the potential use of PLAs, which are intended to promote efficiency and address labor shortages in large-scale federal projects. Interested parties must submit their responses by 2:00 PM Pacific on December 22, 2025, to the primary contact, Ms. Briana Armstrong, at briana.l.armstrong@usace.army.mil, referencing “W912DW26R1AZ1PLA” in the subject line.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    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.
    Lease of Temporary HVAC Unit and Exhaust Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy at the Portsmouth Naval Shipyard, is seeking to extend a contract for the lease of temporary HVAC units and exhaust equipment. This extension, lasting 18 weeks, is crucial to ensure continuous support for ship repair and overhaul operations that have been delayed due to a shipyard-wide work stoppage, which has necessitated a rebaselining of projects by approximately four months. The equipment is essential for maintaining strict environmental conditions required for shipyard work, making it non-severable and justifying the need for the extension with the current contractor. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil for further information.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inn and Suites (NGIS) located at Naval Air Station (NAS) Oceana in Virginia Beach, Virginia. The project involves inspecting the existing HVAC unit, replacing non-functional parts, and restoring the system to full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated to be under $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, as well as a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit; for further inquiries, they can contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    Sources Sought for Project Labor Agreements (PLAs): 9 Mile Pump Station
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the potential use of Project Labor Agreements (PLAs) for the 9 Mile Pump Station project in St. Clair Shores, Michigan. The objective is to gather comments from the construction community regarding the feasibility of PLAs and to assess the local labor market's recent construction history, as the project involves constructing a high-capacity stormwater pump station with an estimated cost between $25 million and $50 million. PLAs are significant for large-scale federal construction projects, as they establish employment terms and conditions, promoting efficiency in procurement. Interested parties should direct their comments and inquiries to Michelle Barr or Lisa May via email, with the anticipated solicitation expected in summer 2026 and a project duration of over 18 months.
    PLA Survey -Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming construction of Hydrant Area C Refueling Facilities at Fairchild Air Force Base in Spokane, Washington. This project involves the construction of a new hydrant loop, including hydrant pits, fuel piping, and a pumphouse, along with necessary environmental mitigation measures for contaminated soil and groundwater. The anticipated period of performance is approximately 1035 calendar days, with a construction award targeted for fiscal year 2027, and the estimated cost of construction ranges between $25 million and $100 million. Interested parties are encouraged to provide comments regarding the use of a PLA and can contact Linda O'Brien at linda.s.obrien@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further information.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. This large-scale construction project is estimated to have a magnitude between $100 million and $250 million and will involve the design-bid-build delivery method, requiring contractors to provide a complete facility that meets specific Department of Defense standards. The project includes the construction of two buildings, extensive utility work, and compliance with cybersecurity requirements, emphasizing the importance of labor-management stability and efficiency in federal procurement. Interested parties must submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages.