Perimeter Security Improvements, Portsmouth Naval Shipyard (PNSY), NCTS Cutler, Maine
ID: N4008525R2609Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking small business contractors for a Design Bid Build project focused on Perimeter Security Improvements at the Portsmouth Naval Shipyard and Naval Computer and Telecommunications Station in Cutler, Maine. The project aims to enhance antiterrorism and physical security by constructing features such as an entry control facility, security fences, inspection offices, and advanced security infrastructure including cameras and radars. This procurement is significant for improving security infrastructure and is valued between $25 million and $100 million, with a potential contract award planned for September 2025. Interested firms must demonstrate relevant experience and submit their responses by February 26, 2025, with inquiries directed to Mary Pool at mary.pool@navy.mil or by phone at 757-341-1650.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Sources Sought – Contractor Information Form" is a document designed for contractors to submit essential company details in response to federal Requests for Proposals (RFPs) and grants. Contractors are required to provide their DUNS number, CAGE code, firm name, address, and contact information for a designated point of contact (POC). Additionally, firms must indicate their type of business by selecting applicable categories, including various small business certifications such as SBA 8(a) or HUBZone. The form also requests information regarding the contractor's bonding capacity, specifying both the surety name and maximum bonding amounts per project and in aggregate. A section is available for any supplementary information to clarify answers provided. This structured format simplifies the process for federal agencies to gather uniform and essential information from potential bidders, promoting transparency and facilitating efficient evaluations. Ultimately, this form serves as a critical tool in the procurement process, aligning contractor qualifications with federal contracting opportunities.
    The document is a "Sources Sought – Project Information Form," designed for contractors to showcase relevant project experience in response to government requests for proposals (RFPs). Each contractor must complete one form per project, detailing up to five projects, while limiting responses to two pages each. Key elements of the form include the contractor's name, project details (like title, location, start and completion dates, and contract prices), and specific information regarding the scope of work (new construction, repair, renovation) and contract type (Design-Build, Design-Bid-Build, etc.). Contractors are required to specify their role as either a prime contractor or subcontractor and provide contact information for project knowledge. A detailed project description and the percentage of work self-performed by the firm are also mandated. The structure emphasizes gathering comprehensive data that reflects the contractor's capabilities and past performance, which is essential in the selection process for contracts associated with federal and state funding initiatives. This form assists government agencies in evaluating potential contractors based on relevant experience and project execution proficiency.
    The document outlines the requirements for federal and state/local Request for Proposals (RFPs) related to construction projects focused on security facilities. It includes details such as the firm's information, project titles, locations, and completion years. Key aspects addressed are the construction or repair of controlled access facilities, security fences, crash beams, vehicle denial barriers, as well as roadway construction. The document emphasizes whether projects involve design-build methodologies, the inclusion of controlled access features, and the status of small businesses (SB). It also requests contact information for project points of contact (POC) and highlights the importance of having a Designer of Record (DOR). Overall, the document serves as a structured form for collecting pertinent data to evaluate proposals for projects aimed at enhancing security infrastructure.
    The Naval Facilities Engineering Command, Mid-Atlantic has issued a Sources Sought Notice for a Design Bid Build project focused on Perimeter Security Improvements at the Portsmouth Naval Shipyard and Naval Computer and Telecommunications Station in Cutler, Maine. This notice aims to identify small business contractors capable of delivering construction services valued between $25 million and $100 million. The project includes creating features for antiterrorism and physical security, such as an entry control facility with fences, inspection offices, and security infrastructure, including cameras and radars. Eligible responses are encouraged from diverse small business categories, including service-disabled veteran-owned, women-owned, and HUB-Zone businesses. Interested firms must demonstrate relevant experience through a specified format, showcasing projects that meet size, scope, and complexity requirements, with a focus on security-related construction. The government may set aside the procurement for small businesses based on industry responses and plans to award a contract by September 2025. This notice serves as a preliminary market research tool rather than a solicitation for proposals, with a response deadline set for February 26, 2025.
    Similar Opportunities
    Perimeter Security Roads Repairs, Cutler, Maine
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the Perimeter Security Roads Repairs project at NSA Cutler in Maine. The project involves various roadwork tasks, including raising and widening existing gravel roads, constructing stone revetments, and installing drainage features, with an estimated contract value exceeding $10 million. This initiative is critical for enhancing infrastructure and ensuring operational continuity at government facilities, while also providing opportunities for small businesses under a Total Small Business Set-Aside. Interested contractors must submit their bids electronically by March 21, 2025, and are encouraged to contact Matthew Thomsen at matthew.j.thomsen2.civ@us.navy.mil for further information.
    N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.
    MRSG Motor Pool Fence RR465
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of a new motor pool fence at Camp Lejeune, North Carolina, under the project title "MRSG Motor Pool Fence RR465." The project entails the installation of approximately 400 linear feet of galvanized steel chain link fence, complete with "Y" outriggers and barbed wire, to enhance security and comply with established safety regulations, as the current fence's proximity to the parking lot poses security risks. This initiative is critical for maintaining operational integrity and compliance with military security standards, with an estimated funding requirement of $0.10 million. Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Emily Walton at emily.a.walton6.civ@us.navy.mil or by phone at 757-994-5759.
    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.
    DESIGN-BUILD NSWCPD PACKAGE 2 ? B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Design-Build NSWCPD Package 2, which includes critical repairs and upgrades at the Philadelphia Naval Yard Annex. The project encompasses emergency exit and egress pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is vital for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 10, 2025, with a site visit scheduled for February 20, 2025, and the contract completion expected within 400 calendar days post-award. Interested contractors can reach out to Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    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 P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility spanning approximately 60,000 square feet, which includes the demolition of existing structures and aims to enhance operational capabilities for Navy personnel. The facility will incorporate various specialized spaces, including maintenance rooms, storage areas, and administrative offices, all designed to meet stringent federal construction standards and operational requirements. Interested contractors must submit their proposals electronically by January 31, 2025, with a project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is seeking contractors for the Military Construction Project (MILCON) P1062, which involves the design-bid-build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to enhance the structural integrity of the dry dock to withstand increased flooding conditions, including significant renovations such as the installation of a temporary cofferdam, reconstruction of the dock's floor and walls with reinforced concrete, and the construction of a new wet well and pump house. The estimated construction value exceeds $500 million, and the contract is expected to last approximately 1825 calendar days, with a complete solicitation anticipated to be released in late February 2025. Interested contractors must register with the System for Award Management (SAM) and can direct inquiries to Daniel Rocha or Stephanie Wray at the provided contact information.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV project at Camp Lejeune, North Carolina. The project involves upgrading lock systems in 36 Bachelor Enlisted Quarters buildings, including the installation of new swipe locks and a comprehensive keying system with various master key levels, while ensuring compliance with ANSI/BHMA standards and incorporating RFID technology. This initiative is crucial for enhancing security and operational efficiency within military accommodations, with an estimated budget between $5 million and $10 million. Interested contractors must submit their proposals by March 13, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.