Design-Bid-Build (DBB), Energy Campus Infrastructure at the Philadelphia Navy Yard Annex (PNYA) in Philadelphia, Pennsylvania
ID: N4008525R2641Type: 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 MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking interested suppliers for a Design-Bid-Build (DBB) project focused on Energy Campus Infrastructure at the Philadelphia Navy Yard Annex in Pennsylvania. This sources sought notice aims to identify commercially available suppliers capable of providing various electrical and water management products, including stormwater management filters, vacuum circuit breakers, protection relays, and communication devices, as detailed in the associated documentation. These products are critical for enhancing infrastructure resilience and operational efficiency in utility and industrial applications. Interested vendors are required to submit a capabilities statement package by June 9, 2025, at 2:00 PM Eastern Daylight Time, to Madison Tatem at madison.e.tatem.civ@us.navy.mil, with a maximum attachment size of 4MB.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines requirements and qualifications for construction projects tied to federal and state procurement processes. It emphasizes the need for contractors experienced in renovation or new construction valued at $15 million, specifically with pile-supported foundations, underground utilities, medium voltage electrical equipment, and projects within secure or restricted areas. The focus is on projects executed in congested industrial sites that limit laydown space. Key elements include whether the firm's role was as a prime or subcontractor and the construction delivery method (Design-Build or Design-Bid-Build). The document requires documentation verifying project completion years and whether the firm meets criteria specified in sources sought notices. Overall, the emphasis is on establishing a capable contractor base familiar with the intricacies of large-scale construction in challenging environments, highlighting safety and project management competencies essential for successful execution of government contracts.
    The document is a "Sources Sought – Contractor Information Form" used by federal and local government entities to gather essential information from potential contractors. It is structured into distinct sections that collect general contractor details, including the Unique Entity Identifier (UEI), CAGE code, firm name, address, and contact information for a point of contact (POC). Additionally, it inquires about the types of business certifications the contractor holds — such as SBA certified 8(a) or HUBZone Small Business — to promote diversity in federal contracting. The form also collects information about the contractor's bonding capacity, specifying the surety name and maximum bonding amounts for individual projects and aggregate capacity. Lastly, a designated space is provided for any additional clarification of the submitted information. The purpose of this form is to streamline the information-gathering process for government projects and ensure compliance with applicable regulations in the context of RFPs and grants.
    The "Sources Sought – Contractor Information Form" is designed for contractors to provide essential information in response to federal and state/local Requests for Proposals (RFPs) and grants. The form requires the contractor's general details, including their Unique Entity Identifier (UEI), CAGE code, firm name, address, and the contact information for a point of contact (POC). Additionally, contractors must indicate their business type, selecting from various classifications such as SBA certified 8(a) firm, service-disabled veteran-owned small business, or woman-owned small business, among others. It also includes sections to specify the contractor's bonding capacity, detailing the surety name, maximum bonding capacity per project, and the aggregate maximum bonding capacity. A designated area allows for further clarification of the provided information. The form aims to streamline the process of gathering contractor data essential for evaluating and ensuring compliance with government contracting requirements, ultimately facilitating an efficient procurement process. This document underscores the government's initiative to include diverse business types while securing the necessary financial assurances for project execution.
    The document outlines the design specifications and materials for the Jellyfish Water Quality Structure as part of a project at the Philadelphia Navy Yard - Energy Campus. This structure, primarily constructed from precast concrete, is designed to facilitate effective water management with a focus on regulatory compliance and structural integrity. It includes various inlets, outlets, and a ladder for access, as well as specific dimensions and elevation metrics that must be adhered to during installation. The document emphasizes the contractor's responsibilities related to installation, materials handling, and site stabilization to protect infrastructure from erosion runoff. Additionally, it specifies water quality performance criteria, including flow rates and peak flow capacities, guiding the expected operational capabilities of the system. Overall, this proposal serves as a technical guide for contractors, ensuring that the installation meets environmental and engineering standards while providing efficient water quality management.
    The SEL-735 Power Quality and Revenue Meter offers advanced metering solutions tailored for high-value power systems, emphasizing accuracy and versatility at an economical price. Key features include multiple display options, real-time data access through a color touchscreen, and compliance with stringent ANSI and IEC accuracy standards, ensuring a guaranteed accuracy of 0.06 percent Wh. The meter enables comprehensive power quality disturbance capture, supported by significant onboard storage for historical analysis. Additionally, it facilitates secure communication with various devices using standard protocols, crucial for data sharing and reporting. The SEL-735 provides various versions (Basic, Intermediate, Advanced) to cater to different application needs, and it is designed for easy installation and integration into existing systems. The product complies with multiple international standards, positioning it as a viable solution for government entities looking to upgrade metering infrastructures while ensuring regulatory compliance and advanced monitoring capabilities.
    The document outlines the specifications and features of the Square D™ Type VR Medium Voltage Vacuum Circuit Breakers by Schneider Electric, designed for 5-15 kV applications with ratings up to 4000 A and interrupting capacities of 25-63 kA. Key attributes include a high-speed operation facilitated by hermetically sealed vacuum interrupters, ANSI/NEMA compliance, and UL Listing, ensuring quality and reliability widely acknowledged in North America. It details dimensions, weights, electrical characteristics, mechanical endurance, and various operational parameters, including control voltage ranges. Included are technical references and documents for maintenance, installation, and operational guidance. The circuit breakers are suitable across different configurations, including generator applications that comply with IEEE standards, displaying their versatility. This document serves as a comprehensive resource for potential procurement, catering to federal and state/local government projects requiring high-performance electrical components, aligning with RFP specifications and safety standards.
    The SEL-751 Feeder Protection Relay, produced by Schweitzer Engineering Laboratories, Inc., integrates advanced protection, monitoring, and control features tailored for industrial use. Key enhancements include updated IEC 61850 protocol capabilities, arc-flash detection, broken conductor detection, and various customizable protection elements such as overcurrent and voltage monitoring. The relay offers extensive metering capabilities, including wireless communication through Ethernet and multiple serial ports, and features like a touchscreen interface for user interaction. Central features include high-impedance fault detection, cold-load pickup, and a built-in web server for settings and metering access. The SEL-751 also supports advanced protection logic, enabling it to recognize system demands while distinguishing between load and fault conditions, thereby optimizing supply security and reliability. The document serves as a technical specification aimed at potential governmental and educational entities seeking innovative solutions for electrical system protection, signaling its relevance in RFPs and grants regarding safety and efficiency in power distribution infrastructure. By showcasing its robust capabilities, the SEL-751 targets prospective buyers interested in enhancing their reliability and safety compliance in electrical systems.
    The SEL-787 Transformer Protection Relay, developed by Schweitzer Engineering Laboratories, Inc., is designed for comprehensive protection and control of two-winding transformers. It features standard dual-slope differential protection with harmonic blocking, along with multiple optional protections for various operational scenarios, including volts/hertz and sensitive ground fault detection. The device supports advanced monitoring capabilities, thermal management for transformers, and programmable controls for operator interactions. In terms of technology, the relay is equipped with various communication protocols including Modbus, DNP3, and IEC 61850 to facilitate integration into automation systems. It offers detailed metering functionalities and remarkable event reporting capacities, enabling effective post-fault analysis. Built to withstand various environmental conditions, the SEL-787 adheres to international standards for safety and electromagnetic compatibility. This relay is a crucial component in modern power systems, ensuring operational reliability and efficiency while enabling utility operators to maintain stringent protection measures. The document underscores its application in settings requiring reliable transformer performance, making it relevant for government RFPs and grants aimed at enhancing electrical grid security and efficiency.
    The SEL-2730M Managed Ethernet Switch by Schweitzer Engineering Laboratories is engineered for demanding environments in the energy and utility sectors, providing robust communication solutions for SCADA, engineering access, and real-time data transfers. Key features include dual power supply systems for reliability, flexible port configurations (copper and fiber optic), an easy-to-use web interface, and VLAN support for traffic management. The switch also incorporates advanced security measures like SNMPv3 and HTTPS, enhancing network integrity. Notably, the SEL-2730M meets rigorous safety and performance standards, ensuring functionality in extreme conditions and over long distances (up to 15 km) with fiber optics. It accommodates user-specific configurations, allowing for port mirroring and traffic prioritization to safeguard critical communications. Certified for compliance with key industry regulations, the switch comes with a comprehensive 10-year warranty, asserting SEL's commitment to quality and support. The document presents extensive specifications and operational details of the SEL-2730M, targeting potential government contracts and grants that require reliable and secure communication solutions in infrastructure projects.
    The SEL-2440 Discrete Programmable Automation Controller (DPAC) by Schweitzer Engineering Laboratories, Inc. is designed for effective control and monitoring in challenging environments. It features a robust I/O system, allowing for precise event analysis with microsecond timing and a fast processing interval of 2 ms. The DPAC integrates flexible communication protocols such as DNP3, Modbus, and IEC 61850, ensuring compatibility with SCADA systems. Its maintenance-friendly design includes status LEDs, removable connectors, and a management port. The device supports a variety of input/output configurations and voltage ratings, including options for high-current interrupting outputs. Additionally, it incorporates an advanced Sequential Events Recorder for capturing digital input/output changes, providing detailed logging synchronized with IRIG-B time codes. The robust specifications ensure compliance with international standards, featuring high reliability, ease of configuration, and a ten-year global warranty. Overall, the SEL-2440 DPAC is an essential component for automation in utility and industrial applications, focusing on security, durability, and seamless integration.
    The SEL-2488 Satellite-Synchronized Network Clock, produced by Schweitzer Engineering Laboratories, Inc., is designed for high-precision time synchronization, leveraging Global Navigation Satellite System (GNSS) signals from GPS and GLONASS. It offers an average accuracy of ±40 ns and peak accuracy of ±100 ns to Coordinated Universal Time (UTC), making it suitable for substations and synchrophasors. The device supports multiple protocols including IRIG-B, PTP (Precision Time Protocol), and NTP, enabling flexible time distribution over independent networks. Key features include a holdover oscillator for time maintenance during GNSS signal loss, flexible output configurations, dual power supply options for redundancy, and support for network management protocols. The SEL-2488 is built to endure harsh environments, operating within a temperature range of –40° to +85°C, and meets various industry standards for electromagnetic compatibility and safety. This product is particularly relevant for federal and state agencies involved in infrastructure projects that require accurate timekeeping for operations such as electricity distribution, communication systems, or emergency response, thus reflecting the increasing need for reliable synchronization technologies in critical infrastructure. The SEL-2488 not only enhances operational efficiency but also ensures resilience against potential GNSS vulnerabilities, thereby advancing the reliability of crucial services.
    The solicitation N4008525R2641 pertains to a proposed contract for construction services at the Philadelphia Navy Yard Annex, focusing on the establishment of an Energy Campus Infrastructure. The project involves the construction and modernization of Building 77H to provide a Land Based Test Site (LBTS), inclusive of foundations, utilities, and cooling systems. The contract duration is set for 530 days post-award, and the anticipated award date is September 2025. This solicitation is classified as "Unrestricted" for full competition, necessitating both technical and price proposals evaluated via a best value process. The NAICS code relevant to this project is 236220, with a construction magnitude between $25 million and $100 million. A market analysis indicated insufficient response from small businesses, leading to the decision for unrestricted competition. Contractors must register on the SAM portal, and the official solicitation will be available online starting approximately June 9, 2025. Interested parties are encouraged to stay informed and comply with registration requirements for future updates and amendments.
    The document is a "Sources Sought – Project Information Form" designed for contractors to showcase relevant project experience in response to federal government solicitations. It requires the submission of up to five projects with structured details including contractor name, project number, contract specifics, award and completion dates, contract type, and project description. Contractors must specify if they were the prime or subcontractor and provide contact information for project knowledge representatives. Additionally, the form prompts detailed descriptions of the work performed and percentage self-performed. The primary purpose is to gather pertinent project data that aligns with government RFP requirements, facilitating the evaluation of contractor qualifications for potential bids and grants. The structured format ensures comprehensive and consistent information, essential for maintaining transparency and accountability in the procurement process.
    Similar Opportunities
    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.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    N0010426QX052
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for the procurement of a power supply, identified by NIIN: 012583675, through the NAVSUP Weapon Systems Support Mechanicsburg office. This contract falls under the NAICS code 335931, which pertains to Current-Carrying Wiring Device Manufacturing, and is classified under the PSC code 3410 for Electrical and Ultrasonic Erosion Machines. The goods are critical for supporting various defense operations, ensuring reliable power supply systems are available for military applications. Interested vendors can reach out to Darian M. Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    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.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    CIRCUIT BREAKER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of circuit breakers under the NAICS code 335313. This solicitation aims to acquire essential switchgear and switchboard apparatus, which play a critical role in electrical distribution and safety within military operations. Interested vendors must submit their quotes via email to Destiny N. Wiatr at destiny.n.wiatr.civ@us.navy.mil by the specified closing date, with late submissions not being considered for award. For further inquiries, potential bidders can contact Destiny N. Wiatr at 215-697-3528.
    TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice for the Tobyhanna Army Depot EMF Range Expansion project in Tobyhanna, Pennsylvania. This initiative aims to gather market research to identify qualified contractors capable of executing a project estimated to cost between $25 million and $100 million, which involves significant construction tasks such as building an embankment, a radome foundation, a range control building, and extensive utility work over a duration of five years. The government is particularly interested in responses from small businesses and various socioeconomic categories, requiring capability statements that demonstrate relevant experience with similar projects costing at least $50 million completed within the last five years. Interested parties must submit their responses by 5:00 PM EST on December 29, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 4B
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU25RAR4B) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 4B. The procurement aims to secure preventive and corrective maintenance services, focusing on sustainment, restoration, and modernization (SRM) of facilities, which includes extensive work on building exteriors, interior systems, and various maintenance and repair tasks. This initiative is crucial for maintaining operational readiness and ensuring the longevity of military infrastructure in Western Pennsylvania and Northern West Virginia. Interested firms must submit their capability statements, past performance, and business size classifications by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    NNSY BLDG 171 Replace Distribution IX
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the replacement of Distribution IX at Building 171. This project falls under the NAICS code 236210, which pertains to Industrial Building Construction, and involves the repair or alteration of utilities as classified under PSC code Z2NZ. The successful contractor will play a crucial role in enhancing the infrastructure necessary for naval operations. Interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number N4008526R0009. For inquiries, potential bidders may contact Nakia Gregory at nakia.e.gregory.civ@us.navy.mil or by phone at 757-396-2137.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.