DESIGN-BID-BUILD, P-347 PERIMETER SECURITY IMPROVEMENTS, PORTSMOUTH NAVAL SHIPYARD, NCTS CUTLER, MAINE
ID: N4008525R2609Type: Solicitation
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 Systems Command (NAVFAC), is soliciting bids for the Design-Bid-Build project focused on perimeter security improvements at the Portsmouth Naval Shipyard and NCTS Cutler in Maine. This project aims to enhance security measures, including the installation of fencing, gates, and barriers, while ensuring compliance with safety and environmental regulations. The procurement is critical for fortifying military installations against potential threats, reflecting the government's commitment to maintaining secure facilities. Interested contractors must submit their proposals by June 4, 2025, following a mandatory site visit scheduled for May 6, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or by phone at 757-341-0559.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the work order for the Perimeter Security Improvements project at Naval Station Activity Cutler, Maine, specifically focusing on constructing an Entry Control Facility and associated structures. The project includes extensive site work, electrical and mechanical installations, and adherence to environmental considerations. Approval and coordination with various regulatory and military entities are emphasized to maintain ongoing operations throughout construction. The contractor must be mindful of existing utilities and complete thorough checks before excavation. Key elements include maintaining site safety, following strict schedules, minimizing disruptions, and ensuring compliance during the work's various phases. Submittals must receive government approval, and regular updates, including financial disclosures, are mandated to track progress and budget adherence. The project highlights the complexities of military infrastructure development within an active environment, showcasing the need for meticulous planning and execution to meet operational security and safety standards. This undertaking reflects the Navy's commitment to enhancing facility security while upholding regulatory compliance and environmental responsibility.
    The government document outlines the P-347 Perimeter Security Improvements project, managed by the Naval Facilities Engineering Systems Command, located at Naval Station - Norfolk, Virginia, and Cutler, Maine. This project focuses on enhancing security measures, including the installation of fencing, gates, and barriers to ensure a fortified perimeter. Key aspects include details on passive vehicle cable barriers, security CCTV systems, and telecommunications setups. The document also emphasizes the importance of adhering to safety standards, building codes, and environmental regulations throughout the construction process. With extensive detailing in plan sheets, the project addresses critical components such as drainage, erosion control, and the grounding of metal installations. Overall, it represents the federal commitment to maintaining secure military installations while ensuring compliance with safety and engineering standards.
    The document outlines a proposal for perimeter security improvements at the Naval Station Norfolk, part of the Department of the Navy's initiatives. The project, identified as P-347, includes a series of upgrades aimed at enhancing security infrastructure. Key elements of the design include the installation of fences, vehicle barriers, gates, and other protective measures consistent with the latest Department of Defense standards. Specific features include passive vehicle cable barriers rated for vehicle impact, electric drop arm gates, and a control point fence. The document specifies construction requirements, such as site drainage management, removal of unsuitable materials, and compliance with local regulations concerning soil and environmental impacts. It emphasizes the importance of efficient site grading to prevent erosion and flooding during construction. Additionally, it highlights the potential need for environmental considerations due to wetland impact, stressing that any impacts beyond those identified must be avoided. This comprehensive approach illustrates the Navy's commitment to securing its facilities and ensuring compliance with safety standards throughout the construction phase.
    The government file outlines the specifications and requirements for the P-347 Perimeter Security Improvements project at the Naval Station in Norfolk, VA, under the Department of the Navy. The primary focus is to implement effective erosion and sediment control measures throughout construction. Key components include site preparation, including excavation and stabilization, to mitigate soil erosion and sedimentation impacts on nearby water bodies, with careful attention to local environmental laws. Details highlight the necessity for pre-construction inspections, phased implementation of construction activities, and mandatory inspections by certified personnel to monitor erosion control measures. Specific protocols emphasize using protective barriers, managing stormwater runoff, applying topsoil correctly, and ensuring permanent vegetation is established to stabilize disturbed areas. Compliance with assessments from the inspecting engineer and adherence to established best management practices (BMPs) are critical to the project’s success. Overall, the document serves as a comprehensive guide to maintaining environmental integrity while enhancing perimeter security at the facility, reflecting governmental priorities for sustainable and regulatory-compliant construction practices.
    The document outlines the plans for perimeter security improvements at the Naval Station in Cutler, Maine, under the Department of the Navy's Naval Facilities Engineering Systems Command (NAVFAC). The project, identified as P-347, is primarily focused on enhancing security measures, which include the installation of movable concrete barriers, guardrail adjustments, and fencing enhancements along with associated electrical and hydraulic systems for an active barrier. Environmental considerations are addressed through detailed wetland impact management plans, indicating the necessity for contractor adherence to avoid disruption of significant natural resources. With a structured approach, the document underscores the coordination between engineering, environmental management, and compliance with federal regulations, showcasing the Navy's commitment to safeguarding its facilities while maintaining ecological integrity. The signatures and approvals indicate readiness for the upcoming works aligned with operational safety requirements.
    The document outlines the specifications and requirements for the P-347 Perimeter Security Improvements project at Cutler, Maine, under the management of the Naval Facilities Engineering Systems Command (NAVFAC). It emphasizes compliance with various construction codes, including the International Building Code and specific UFC standards. Key points include responsibilities for contractors regarding construction dimensions, material specifications, and necessary safety measures during construction. The document details structural guidelines covering foundations, concrete work, steel framing, masonry, and roofing systems. Additionally, it mandates submission of shop drawings for approval before construction and highlights the importance of coordination among various trades to ensure structural integrity and safety. The project encompasses the design criteria for wind loads, snow loads, seismic considerations, and antiterrorism force protection. The overall intent is to ensure a robust, compliant structure that addresses necessary security improvements while adhering to federal guidelines for government contracts and construction projects. The document acts as a comprehensive guide to ensure all parties understand their roles and the regulatory framework governing the project.
    The document pertains to a Request for Proposal (RFP) focused on the Design-Bid-Build project for perimeter security improvements at the Portsmouth Naval Shipyard (PNSY) located in Cutler, Maine, under solicitation number N4008525R2609. It provides a pre-proposal inquiry submission form, allowing interested parties to submit questions related to the RFP. The inquiry is meant to clarify project parameters related to security enhancements at the facility. The document indicates that it is part of a structured procurement process, outlining necessary details without offering specific technical guidelines or requirements. The completion of the form is essential for potential bidders to engage with the solicitation process effectively. Overall, the RFP underscores the federal government's commitment to enhancing security measures at military facilities, ensuring compliance with both safety and operational standards.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and participate in solicitations for the Department of Defense (DoD). The guide introduces a streamlined, secure vendor portal to enhance the submission and response process for solicitations. Vendors can assume one of two roles: Proposal Manager or Proposal View Only, with the former required for submitting offers. For new users, the guide provides detailed step-by-step instructions for self-registration, including creating a user account, entering security information, completing a user profile, and assigning roles. Existing users can add roles to their accounts after confirming their profile information. The guide also includes resources for account and technical support, with links provided for further assistance. Critical to this process is the Roles and Actions/Functions Matrix, which clarifies actions permitted under each vendor role, ensuring clarity on capabilities such as submitting and viewing offers. This structured approach facilitates effective engagement between the DoD and vendors, ensuring compliance and successful procurement operations.
    The document outlines a Price Schedule involving contract line items (CLINs) for a project focused on perimeter security improvements at NSA Cutler. Key items include the design and installation of water supply wells, well houses, grounding grid repairs, excavation of buried debris, and various options for fencing and electronic security systems. The contractor is required to provide unit prices for each line item, with detailed specifications for labor, materials, and specific testing or site restoration required. A structured bidding process is mentioned, highlighting that the total price for the base work will be evaluated alongside optional work if selected. Specific procedures and conditions for handling variations in pricing and additional work, such as a furniture, fixtures, and equipment (FF&E) option, are detailed to ensure compliance with government requirements. The overall purpose is to solicit competitive bids while maintaining strict guidelines on project execution, including timelines, bonding, and environmental considerations, reflecting the project's alignment with federal procurement standards.
    The document outlines the requirements for a construction experience project data sheet associated with the DBB, P-347 Perimeter Security Improvements contract (N40085-25-R-2609) for PNSY at NCTS Cutler, Maine. It includes a series of sections where offerors must provide detailed information about their construction experience, including firm identification, type of work performed (as prime contractor, subcontractor, etc.), project specifics like contract numbers, award dates, and financials. Furthermore, it requests elaboration on the type of work involved (new construction, renovation, etc.), the nature of the contract, and specific project details, including design elements if applicable. The document emphasizes the importance of describing the relevancy of past projects to the current RFP requirements and delineates the extent of self-performed work. This data is crucial for evaluating contractor qualifications and ensuring they meet the project's specific needs and requirements. The structured format facilitates uniformity in submissions, allowing for comparative assessment by the evaluation committee. The content is targeted at potential bidders within the scope of federal and state construction projects.
    The document outlines evaluation and submission requirements for contractors involved in the DBB, P-347 Perimeter Security Improvements project at PNSY, NCTS Cutler, Maine. It specifies that the NAVFAC Form PPQ must be used for evaluations requiring a Past Performance Questionnaire (PPQ). Contractors must submit completed CPARS evaluations if available, otherwise, they should ensure client contact information is provided for obtaining PPQs. The form elaborates on the data to be filled out, including contractor and client information, project description, and performance ratings based on defined criteria such as quality, timeliness, customer satisfaction, management effectiveness, cost management, safety, and overall compliance. The document includes detailed adjective ratings with definitions to assess contractor performance, categorizing evaluations into Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory. It emphasizes the need for clients to complete and return the questionnaires directly to contractors, who will subsequently submit them to NAVFAC with proposals. This process is integral to evaluating contractor past performance, ensuring that submitted information reflects accurate and timely evaluations, critical for future government procurement decisions.
    Attachment G – Historical Small Business Utilization is a required form for all offerors, both large and small, involved in a federal contract evaluation for small business participation. This document emphasizes the importance of providing detailed information on historical small business utilization for each project submitted under the Corporate Experience factor. Offerors must fill out project details, including contract numbers, project titles, business sizes, and subcontracting performance. Each project needs actual dollar values subcontracted in various categories, while goals may also be indicated where applicable. The document mandates that explanations are provided for any unmet goals or for projects with no small business subcontracting achievements. All percentages must be rounded to one decimal place, and the format must strictly adhere to the provided template to ensure evaluation. This form serves to gauge compliance and performance in small business utilization in federal procurements, reflecting the government’s commitment to support small business participation in federal contracting opportunities.
    The Small Business Participation Commitment Document (SBPCD) is a requirement for all offerors responding to the RFP N40085-25-R-2609 for the Design-Bid-Build (DBB) contract related to perimeter security improvements at Portsmouth Naval Shipyard. This document is essential for evaluating the proposer’s commitment to involving small businesses in the project. All offerors, irrespective of size, must fill out the SBPCD, providing information on their business type, subcontracting plans, and commitments to specific small business categories. The document outlines requirements for detailing the total contract value, amounts for self-performance, and subcontracting, mandating a minimum small business participation of 20%. Offerors must list small businesses they intend to work with and describe the nature of their formal commitments. If the 20% threshold is not met, offerors are required to submit an explanation. Additionally, if a large business intends to self-perform all work without subcontracting, a justification is required. The SBPCD aims to ensure that small businesses play a substantial role in federal contracting, supporting economic growth and diversification within the contracting process.
    The Small Business Subcontracting Plan for the Portsmouth Naval Shipyard (Solicitation N40085-25-R-2609) outlines requirements for non-small businesses to promote small business participation in contract work. The plan details the value and percentage goals for subcontracting, including specific allocations to categories such as large businesses, small businesses, and various subgroups like HUBZone, women-owned, and veteran-owned businesses. The document stipulates the responsibilities for administering the subcontracting program, which includes developing a bidders list, counseling small businesses, and ensuring compliance with federal regulations. It elaborates on methods for identifying potential subcontractors and emphasizes outreach efforts to ensure equitable opportunities for small businesses. The plan requires ongoing reporting and monitoring to confirm adherence to established goals and mandates timely payment to small business subcontractors. Overall, this document reflects the federal commitment to fostering small business participation in government contracting and outlines the structured approach required to achieve these objectives.
    The document pertains to federal and state/local Request for Proposals (RFPs) and grants. It includes data related to various funding opportunities available for different government projects. The main focus is on specific grants that aim to support governmental initiatives, which may involve infrastructure improvements, environmental assessments, or community development efforts. Key sections likely address eligibility criteria, application processes, and funding amounts, although the text is largely garbled, obscuring many details. Nevertheless, the intent is clear: the document outlines opportunities for government entities to secure funding for projects that align with federal and state objectives. Understanding these opportunities is essential for enabling effective project execution and community enhancement. This document is critical for local governments and agencies looking to leverage federal assistance effectively.
    This document outlines the Justification and Approval (J&A) for the use of “brand name or equal” references in the construction solicitation N40085-23-R-2539 for perimeter security improvements at the Naval Computer and Telecommunications Station in Maine. It details the intent to enhance Anti-Terrorism/Force Protection features and includes necessary modifications to various structures, such as entry control facilities and security fences. The J&A addresses the legal framework allowing for brand name specifications, ensuring that competition is not limited and that alternatives can meet performance requirements. It emphasizes that specific color and finish references are essential for aesthetic compatibility, which can be matched by various manufacturers. The acquisition process will follow full and open competition as authorized, with measures for ensuring fair pricing based on a thorough analysis of proposals. The solicitation aims to define the scope of work while allowing for diverse options for contractors to fulfill the project requirements, ensuring compliance with Department of Defense standards and regulations. The document stresses the importance of properly detailing interior finishes to facilitate a successful construction outcome.
    The document outlines the Schedule of Special Inspections for UFGS 01 45 35, revised for the 2024 International Building Code (IBC). It establishes minimum requirements for inspections in various construction disciplines, including structural steel welding and bolting, nondestructive testing, masonry, fire protection, and geotechnical practices. Each section specifies tasks, inspection types (perform, observe, document), and compliance standards relevant to the 2024 IBC. Key components include verification of welding procedures, fastener materials, and proper installation practices for structural steel; adherence to seismic standards; and thorough inspections of concrete and masonry work. Special attention is given to ensuring that materials meet industry standards and that any repairs or modifications are appropriately documented. The purpose of this document is to ensure safety and compliance in construction processes, cater to government project requirements, and facilitate adherence to regulations in federal and local initiatives. By providing detailed inspection guidelines, it aims to safeguard structural integrity and public safety while enabling efficient project management within the construction industry.
    The document outlines the Statement of Special Inspections for the Canopy and Inspection Building project in Cutler, ME, specifically addressing the requirements for the lateral force resisting systems (LFRS) based on the 2018 International Building Code (IBC). It designates the Special Inspector of Record (SIOR), John Doe, who is responsible for overseeing the inspection process following the schedule of special inspections. The report notes that there are no designated seismic systems applicable to this project due to the seismic design category being below C. Key components of the inspection focus on the structural steel moment frames and ordinary reinforced masonry shear walls. The final walk-down inspection does not apply to non-structural designated seismic systems for this project. Additionally, compliance documentation and certificates for installation must be collected as part of the inspection process. Overall, the statement emphasizes adherence to safety, seismic integrity, and regulatory compliance throughout the project lifecycle, reinforcing the government's commitment to maintaining stringent construction standards.
    The document outlines the Schedule of Special Inspections for projects adhering to the Unified Facilities Guide Specifications (UFGS) 01 45 35 and the International Building Code (IBC) 2018. It details inspection definitions (perform, observe, document, continuous) and specifies tasks across various sections such as structural steel welding, bolting, non-destructive testing, concrete construction, masonry, and fire protection. Each section includes inspection types, tasks, and compliance codes, ensuring that structural components meet safety and design requirements. Emphasis is placed on continuous monitoring, proper procedures, environmental conditions, and documentation for all inspections—including welding, bolting, concrete placement, and fire-resistant materials—throughout construction phases. The structured approach ensures compliance with safety standards and engineering protocols critical for the integrity of construction projects. This document is essential for contractors and inspectors involved in federal, state, and local projects, facilitating adherence to legal and safety regulations in construction practices.
    The document outlines specifications and design details for a construction project related to an inspection office and secured rooms at Naval Station Norfolk, VA. It includes various wall sections, finishes, insulation requirements, and foundational elements, highlighting the project's structural and architectural planning under the Naval Facilities Engineering Systems Command. The drawings illustrate the layout, materials, and construction methods typical for this type of government facility, emphasizing safety and compliance with military standards. The referenced materials and dimensions are tied to established structural drawings, ensuring durability and adherence to federal guidelines. This comprehensive document serves as a guideline for contractors responding to RFPs for accurate project execution, detailing necessary elements like building materials, finishes, and insulation performance standards while stressing coordination with structural engineers.
    This document pertains to the design and specifications for an air barrier system at the Inspection Station - Air Barrier project located at Naval Station - Norfolk, VA. It outlines various components and materials required for effective air and moisture protection, including distinct air barrier components such as self-adhering membranes, spray foam insulation, and vapor barriers. Critical sections include detailed notes on roof penetrations, foundation details, and eave and ridge details related to standing seam metal roofs. The drawings served as references for understanding the air barrier's continuous connections, emphasizing that while the illustrations depict the material continuity, they do not suggest construction methods. Additionally, the document reflects specifications on sealing joints and the necessary quality controls mandated for effective installation. It asserts the importance of verifying the enclosure areas listed against actual conditions to maintain compliance with established standards. Overall, this information is essential for contractors responding to RFPs and grants that seek to ensure rigorous construction quality and long-lasting energy efficiency improvements.
    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 outlines the Department of the Navy's Local Population ID Card/Base Access Pass Registration, focusing on the regulations and processes for controlling physical access to Department of Defense (DoD) installations. It highlights the legal authority under various laws and directives, including the Privacy Act, and describes the purpose of collecting personal information, which includes verifying identities and tracking access to secure areas. The document specifies that providing information is voluntary, yet failing to do so may result in denied access to DoD facilities. It facilitates identity proofing by outlining required documentation for U.S. citizens and foreign nationals, including specific forms of identification. The registration includes details such as personal demographics and physical characteristics. Overall, it serves to maintain security and management protocols while ensuring compliance with established identity protection regulations.
    The document outlines an amendment to a solicitation for a construction project, specifically detailing a mandatory site visit for contractors interested in bidding. The site visit is scheduled for May 6, 2025, at the NSA Cutler in Maine, and contractors must comply with specific access requirements and submit necessary forms by April 21, 2025, including a Time Sensitive Access List and a DD5512 form. The amendment also reminds contractors of the significance of pre-visit instructions, such as arriving early to receive identification badges. Additionally, it emphasizes the need for valid photo identification and provides contact information for relevant personnel involved in the project. This amendment aims to ensure proper access to the site for prospective bidders and outlines protocol to avoid any potential issues during the visit.
    The document outlines Amendment 0002 to Solicitation N40085-25-R-2609, regarding perimeter security improvements at the Portsmouth Naval Shipyard, NCTS Cutler, Maine. The amendment includes significant updates such as the incorporation of Wage Determination #ME20250013, applicable as of January 3, 2025, which stipulates wage rates for various construction roles under the Davis-Bacon Act. Additionally, it addresses responses to Pre-Proposal Inquiries (PPI's) regarding construction specifications. Notably, the amendment clarifies that a premanufactured ballistic-rated building is not an option, emphasizes adherence to provided drawings, and announces alterations to wage rates for specific labor classifications. It also indicates that pre-construction site visit information was previously disseminated and addresses potential underground structures encountered during construction. The document reinforces adherence to federal standards and outlines the associated wage and working conditions for contractors engaged in this project, highlighting the government's commitment to regulatory compliance during implementation. This summary serves as a key communication for contractors involved in the bidding process, ensuring they are informed of critical changes and requirements.
    The solicitation document, identified by Solicitation No. N40085-25-R-2609, pertains to the Design-Bid-Build project for perimeter security improvements at the Portsmouth Naval Shipyard and NCTS Cutler in Maine. An amendment (0003) was issued to provide a revised Price Proposal Form and responses to pre-proposal inquiries. The amendment clarifies various technical inquiries regarding utilities, permits, and specifications, emphasizing contractor responsibilities and requirements. Notable clarifications include that utilities must be furnished by the contractor, the non-requirement of an MS4 permit, and provisions for a radon treatment system. Additional responses address project specifications for foundations, fireproofing, and vehicle barriers. Contractors are advised on submission requirements for access lists and compliance with various construction prompts. The amendment ensures consistency in project understanding and delineates responsibilities to facilitate contractor compliance. This document reflects the federal government’s thorough approach in soliciting proposals, outlining essential details relevant for contractors bidding on the project.
    The document is an amendment (0004) to the solicitation No. N40085-25-R-2609 for design-bid-build perimeter security improvements at the Portsmouth Naval Shipyard and NCTS Cutler, Maine. The amendment includes changes such as an updated site visit log and responses to pre-proposal inquiries (PPIs). Key modifications address contractor responsibilities, specifications for conduit infrastructure for radar detection units, and clarifications regarding exposed ceilings and structural drawings. A two-week extension has been granted for bid submissions, moving the deadline from May 22, 2025, to June 4, 2025. The government confirms that it will act as the commissioning agent, thus not requiring a contractor-provided CxA. Additional inquiries regarding design and specifications have been noted, with several responses pending. This document reflects ongoing adjustments to ensure clear communication and fulfillment of project requirements within the framework of federal contracting processes. The amendment serves the purpose of enhancing clarity and compliance for potential contractors involved in government projects.
    The document serves as an amendment to a solicitation for the Design-Bid-Build project titled "Perimeter Security Improvements" at the Portsmouth Naval Shipyard, referenced by solicitation number N40085-25-R-2609. Issued by the NAVFACSYSCOM Mid-Atlantic, the amendment primarily addresses responses to pre-proposal inquiries raised by contractors regarding specific project details. Key clarifications provided include instructions on demolition, specific construction materials and standards for bullet-resistant glazing, and specifications for window types and shades. The amendment emphasizes the necessity for contractors to acknowledge receipt prior to the stipulated deadline to ensure their proposals are considered. This document reflects the government’s ongoing commitment to maintaining safety and compliance standards in federal contracting, specifically in security-related improvements.
    The document details Amendment 0006 to the solicitation N40085-25-R-2609 for the design-bid-build project focused on perimeter security improvements at the Portsmouth Naval Shipyard, NCTS Cutler, Maine. The amendment primarily provides responses to several pre-proposal inquiries (PPI) submitted by potential contractors, clarifying design elements, material specifications, and procedural requirements. Key clarifications include corrections to referenced design details, confirmations of material specifications (e.g., concrete strength, pipe protection), and the status of certain sign types which are no longer part of the project. The document also addresses query submissions concerning construction guidelines for unsuitable soil, site restoration, and commissioning requirements. The purpose of this amendment is to ensure that all bidders have a clear understanding of the specifications and to facilitate informed proposal submissions. Responses are organized by their reference numbers, indicating a systematic approach to managing contractor inquiries and enhancing project clarity. Overall, this amendment reflects the government's commitment to ensuring accuracy and comprehension in the solicitation process, ultimately leading to successful project execution.
    The document is an amendment to solicitation N40085-25-R-2609 concerning design-bid-build perimeter security improvements at Portsmouth Naval Shipyard, Maine. It specifies requirements for submitting proposals, acknowledging receipt of amendments, and responding to inquiries regarding specifications. Key points include guidelines for document acknowledgment, clarification of construction materials and techniques, and confirmation of contractor responsibilities related to environmental assessments and inspections. Notable responses to pre-proposal inquiries address construction material specifications, adherence to Department of Defense standards, and the contractor's obligations regarding commissioning and inspections. The amendment aims to clarify existing ambiguities in the initial solicitation, ensuring all bidders have a clear understanding of requirements to foster compliant offers. Emphasizing adherence to specified codes and standards, the amendment facilitates a fair bidding process by providing definitive answers to stakeholder questions. The clear communication of expectations aligns with government protocols for RFPs, ensuring transparency and compliance in federal contracting processes.
    The document serves as an amendment to the Request for Proposals (RFP) for a construction project focused on perimeter security improvements at Portsmouth Naval Shipyard. Key points include instructions for acknowledging receipt of the amendment, revised details pertaining to pre-proposal inquiries, and modifications to project specifications and drawings. It emphasizes that offers must recognize changes before the specified deadline, and outlines responses to questions raised by potential contractors regarding project elements, such as archaeological considerations during construction, utility specifications, and inspection requirements. The amendment also introduces additional attachments with inspection schedules and special inspection statements. Furthermore, it details revisions to specific project plans, ensuring clarity on requirements like warranties for metal canopies, materials for chain link fencing, and demolition protocols. This amendment underscores the importance of compliance with updated specifications to ensure the project stays within regulatory frameworks and achieves desired security enhancements while facilitating the contractor's planning and execution processes.
    The document details an amendment to the solicitation for the P-347 Perimeter Security Improvements project at Portsmouth Naval Shipyard, indicated by solicitation number N40085-25-R-2609. It outlines the procedures for contractors to acknowledge receipt of the amendment, noting that failure to do so by the specified deadline may result in the rejection of their offers. The amendment serves to provide updates, including revised design sheets (Attachment O and Attachment P). It emphasizes the importance of correct communication regarding the solicitation, directing all correspondence to the designated contracting officer via email. Overall, the document ensures that all parties are informed of necessary changes and protocols required for submission and compliance.
    The document provides a site visit log for participants involved in a federal Request for Proposal (RFP) designated as N40085-25-R-2609. It lists several contractors, including prime contractors and their representatives, with their contact details, such as phone numbers and emails, along with a scheduled site visit date of May 6, 2025. Notable contractors listed are BBCH, Cianbro, and J&J Contractors, Inc., with multiple representatives for each. The presence of these contractors indicates an organized effort to fulfill a federal need, ensuring all interested parties are informed and engaged in the proposal process. This log emphasizes the importance of direct communication and collaboration among stakeholders in the context of federal grant opportunities and contract requirements.
    The document outlines a revised price schedule for the Project P347 – Perimeter Security Improvements at NSA Cutler, detailing various work items and their associated costs. Each Contract Line Item Number (CLIN) specifies different aspects of the project, including base pricing, optional add-ons such as water supply well installation, fence additions, site mitigation fees, and electronic security systems. The structure includes line item descriptions, required quantities, unit prices, and instructions regarding bidding and evaluation processes. Key aspects emphasize comprehensive pricing, strict adherence to specifications, and documentation requirements, including survey data for excavation work. The government retains the right to reject unbalanced offers and mandates clear communication of costs regarding any additional work. The inclusion of options and various mitigation fees indicates a robust approach to ensure thorough security improvements while maintaining compliance with stipulated standards. This schedule serves as a basis for contractor bids and ensures alignment with federal procurement regulations and project objectives.
    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.
    The NSA Cutler Access Instructions outline the necessary steps for contractors seeking access to NSA Cutler and NCTAMS Cutler facilities, specifically for those without an active Common Access Card (CAC) or non-government employees with a CAC needing entry to Restricted Areas. Contractors must reach out to designated NAVFAC hosts, complete an Access Request List, and submit SECNAV 5512 forms, ensuring that all Personal Identifiable Information (PII) is submitted securely. The document emphasizes the importance of accurate information to avoid delays in the vetting process and addresses badge pickup procedures. Security contact information is provided for further assistance. This guidance is crucial for contractors participating in federal projects, ensuring compliance with security protocols while facilitating access to sensitive government facilities.
    The document outlines the procedures for contractors seeking access to the NSA Cutler for a site visit regarding perimeter security improvements (Project P-347). It emphasizes the need for contractors to complete a Contractor Access List, which includes providing personal information such as names, contact details, and identification status. Contractors must prepare to allocate at least 20 minutes for badge pickup, ensuring that they possess all necessary identification documents. Various access locations are specified, ranging from areas outside to inside the Restricted Access (RA) fence. The document also notes that any selected locations require vetting and subsequent submission to the NCTAMS Point of Contact (POC) for final approval. Completing the access request process is crucial for compliance with security protocols at the installation, indicating the government's stringent measures surrounding sensitive site access. Overall, the document serves to facilitate controlled access for contractors while outlining the necessary identification and approval processes within the context of federal contracts and security requirements.
    Similar Opportunities
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    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.
    Portsmouth Navy Shipyard Electric Service
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking a contractor to provide electric utility services at the Portsmouth Naval Shipyard in Kittery, Maine. The procurement involves a 10-year firm-fixed-price contract for comprehensive electric services, including connection to the commercial electric grid, construction of facilities such as substations, administration of transmission and distribution, metering, and renewable energy services. This contract is crucial as Central Maine Power is the sole regulated utility in the area, making competition impractical; the estimated total contract value is undisclosed and will be funded primarily through Navy utilities operations and maintenance funds. Interested parties can reach out to Aaliyah Fortson at aaliyah.a.fortson.civ@us.navy.mil or Michael Brice at michael.n.brice2.civ@us.navy.mil for further details.
    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.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    Justification for Other Than Full & Open Competition for N3904022C0012 Extension
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to extend contract N3904022C0012 for the lease or rental of prefabricated structures and scaffolding at the Portsmouth Naval Shipyard in Kittery, Maine. This extension is justified on a Sole Source basis for a period of 10 weeks, from January 23, 2023, to April 4, 2023, in accordance with FAR 6.305(b). The procurement is critical for maintaining operational capabilities at the shipyard, ensuring that necessary equipment is available for ongoing projects. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil or by phone at 207-451-8940 for further details regarding this opportunity.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Kittery/Portsmouth Lodging
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires accommodations that meet specific safety and service standards, including room specifications, weekly maid service, and compliance with fire safety regulations. This procurement is essential for providing safe and comfortable lodging for sailors stationed at the shipyard. Quotes are due by December 20, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit their proposals via email. For further inquiries, contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740.
    Design Build – NAPS Looney Plaza Replacement, NAVAL STATION NEWPORT, NEWPORT, RI.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design and construction of the Looney Plaza Replacement at Naval Station Newport, Rhode Island. The project involves the demolition of the existing brick paver and quartz tile system and the installation of a new concrete plaza designed to eliminate trip hazards and provide a safe muster area for Naval Academy Preparatory School (NAPS) students, while adhering to Low Impact Development (LID) strategies for stormwater management. This opportunity is part of a Local Area Set-Aside and is reserved for qualified contractors under the Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the New London, CT/Newport, RI areas. Interested parties should contact Stefan Nassaney at stefan.nassaney@navy.mil or call 401-841-4443 for further details, with proposals due by December 18, 2025.