SOLICITATION NOTICE
Y -- P1112 Building 72 Resiliency, Portsmouth Naval Shipyard (PNSY), Kittery, Maine
- Notice Date
- 1/6/2026 12:15:37 PM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008526R0005
- Response Due
- 1/21/2026 11:00:00 AM
- Archive Date
- 02/05/2026
- Point of Contact
- James Godwin, Phone: 7573411999
- E-Mail Address
-
james.a.godwin41.civ@us.navy.mil
(james.a.godwin41.civ@us.navy.mil)
- Description
- This notice does NOT constitute a request for proposal, request for quote or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for Design-Bid-Build (DBB) P1112 Building 72 Resiliency, Portsmouth Naval Shipyard (PNSY), Kittery, Maine PROJECT DESCRIPTION: The project provides a desalination facility with a non-potable process water net production capacity of 400,000 gallons per day, expected average daily need ranging between 250,000 to 300,000 gallons per day. The project provides pumping and control systems to pump the produced water to existing condensate receiver tank and pumped and interconnected with existing south and north cooling towers piping. The project provides an underwater seawater intake at the face of existing Berth 5 consisting of an EPA 316B compliant intake screen with integrated automated airburst self-cleaning system, intake pumps, and piping. The project provides a desalination process consisting of an ultrafiltration pre-treatment inclusive of break tank and blowers; seawater reverse osmosis (SWRO � Stage 1); brackish water reverse osmosis (BWRO � Stage 2); 30,000 gallon permeate storage tank; and a chemical clean in place system consisting of several chemical storage tanks. The project provides a submerged brine discharge/outfall at the face of existing Berth 4. The project provides coordinated localized repairs, renovations, and structural changes to Building 242 and historic masonry Building 72. The scope in Building 72 includes abatement of hazardous building materials as well as limited restoration of masonry. The scope in Buildings 242 and 72 involve structural reconfiguration of existing structural concrete deep gravity seawater wells. The project provides extension of existing 13,200V electrical, inside compressed air, inside domestic water, and sanitary sewer utility systems. The project includes bid options to provide controlled density fill within existing original 100 year plus old gravity seawater tunnels. The project scope includes all necessary local instrumentation and controls for all new installed systems and includes integration within existing B72 boiler plant controls. The project excavations involve some isolated areas of excavation within known hazardous soils. The completion time for this contract is 915 calendar days after award. This solicitation is being advertised as ""Unrestricted"" for full and open competition. This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation. Large business concerns are required to submit a subcontracting plan prior to award of the contract. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237110, Water and Sewer Line and Related Structures Construction, and the Small Business Size Standard is $45,000,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. This office anticipates award of a contract for these services by July 2026. A Dynamic Small Business Search (DSBS) was conducted, and a Sources Sought Notice was issued on 02 October 2025, seeking eligible Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned small business, HUBZone Small Business, Small Disadvantaged Business (including 8(a) participants), and Women-Owned Small Business concerns to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirements to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last ten (10) years. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as ""Unrestricted"" for full and open competition. A DD2579 Small Business Coordination Record was approved by the NAVFAC MIDLANT Small Business Professional on 24 November 2025. On 07 December 2025, the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation. The drawings and specifications for this project will be posted with the solicitation and are not available at this time. The solicitation will be issued by NAVFAC Mid-Atlantic, CON21 on or about 10 February 2026. The solicitation number will be N40085-26-R-0005. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to James Godwin, (757) 341-1999, Email: james.a.godwin41.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0c8f3a9648254cb5aa6b28d2dea22197/view)
- Place of Performance
- Address: Kittery, ME, USA
- Country: USA
- Country: USA
- Record
- SN07678363-F 20260108/260106230032 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |