Portsmouth Navy Shipyard Electric Service
ID: N4008526R0011Type: Solicitation
Overview

Buyer

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

NAICS

Electric Power Distribution (221122)

PSC

UTILITIES- ELECTRIC (S112)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Department of the Navy, Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC MIDLANT) is approving a sole-source utility contract award to Central Maine Power (CMP) for electric services at the Portsmouth Naval Shipyard in Kittery, Maine. This Justification and Approval (J&A) under FAR 6.302-1 and 10 U.S.C. 3204(a)(1) is based on CMP being the only regulated utility providing total electric services in this jurisdictional area. The contract will cover basic utility services, construction for additional capacity, administration of transmission and distribution, metering, and energy services, including renewable energy. The estimated total for the 10-year contract is undisclosed but will be funded primarily through Operations and Maintenance, Navy utilities funds. While NAVFAC MIDLANT has previously sought competitive generation services, CMP remains the sole provider for comprehensive electric utility services in the area, making competition impractical and potentially inconsistent with state law. Cost reasonableness will be determined by the Contracting Officer through consultation with NAVFAC Mid-Atlantic Utilities and Energy Management.
    This government solicitation (N4008526R0011) outlines a 10-year firm-fixed-price contract between the United States Government and Central Maine Power Company for electric utility services. The contract details the scope of services, payment terms based on approved published rates by the Maine Public Utilities Commission, and provisions for meter installation, testing, and billing. It also covers responsibilities for contractor facilities, public regulations, and rate changes. The document incorporates numerous FAR and DFARS clauses by reference and full text, addressing areas such as electronic payment submissions through Wide Area WorkFlow (WAWF), anti-kickback procedures, combating human trafficking, and various other contractual and compliance requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Buyer not available
    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. This project aims to enhance the electric and water utility systems critical for supporting nuclear-powered submarines and associated facilities, involving both on-base work and off-base modifications in collaboration with local utility providers. The procurement is unrestricted and will be evaluated based on both price and non-price factors, with a significant emphasis on corporate experience, scheduling, small business utilization, safety, and past performance. Interested contractors must submit their proposals, including various required forms and documentation, by the specified deadlines, and are encouraged to attend a pre-proposal conference on December 16, 2025, for further insights into the project. For additional information, potential bidders can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia, under Solicitation Number SP0600-25-R-0800. This initiative involves transferring ownership and operational responsibilities of the electric utility system to a contractor, who will be tasked with maintaining and providing reliable utility services to the Government for a potential 50-year contract. The procurement emphasizes a best-value selection process, requiring offerors to submit detailed plans addressing service interruptions, operations and maintenance, and cybersecurity, with evaluation criteria prioritizing technical capability, past performance, and risk. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with inquiries directed to Andrew Urben at andrew.urben@dla.mil or Brandon Moses at brandon.moses@dla.mil.
    Justification for Other Than Full & Open Competition for N3904022P0240
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a sole source contract for the rental of Temp Electrical Packages at the Portsmouth Naval Shipyard in Kittery, Maine. This extension is necessary due to delays in repair work on the USS Alexandria, caused by safety issues that have impacted the project timeline, necessitating an additional eight weeks of equipment rental. The Temp Electrical Packages are critical for maintaining power to essential systems onboard the ship, ensuring compliance with safety and operational requirements. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil for further information regarding this opportunity.
    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
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    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.
    Justification for Other Than Full & Open Competition for N3904022C0012 Extension
    Buyer not available
    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.
    Replace Medium Voltage Cutoff Switches PSN 16677450
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of medium voltage cutoff switches at Joint Base Cape Cod in Buzzards Bay, Massachusetts. The project involves design-build services to replace two 5KV distribution switches, along with all incidental wiring and related work, ensuring compliance with current state and federal codes and industry best practices. This procurement is crucial for maintaining operational efficiency and safety within the electrical distribution system at the facility. Interested vendors must submit their intent to propose, bonding capacity, small business designation, and evidence of prior relevant work by December 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Christopher L. Hunsberger at Christopher.L.Hunsberger2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    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.