Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2025 SAM #8732
SOLICITATION NOTICE

Y -- PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA

Notice Date
10/21/2025 10:56:08 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R2638
 
Archive Date
12/30/2025
 
Point of Contact
Kristy Gerrek, Phone: 7573410089, Amanda Bricker, Phone: 7573412074
 
E-Mail Address
kristy.l.gerrek.civ@us.navy.mil, amanda.bricker@navy.mil
(kristy.l.gerrek.civ@us.navy.mil, amanda.bricker@navy.mil)
 
Description
Solicitation Number: N40085-25-R-2638 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 performing construction services for Design-Build, P1678 NATO JFCNF Phase II Interim Modular Facility, NSA Norfolk, VA. PROJECT DESCRIPTION: This Design-Build project provides needed administration and operational spaces for NATO JFCNF to continue mission capabilities. This project will provide a permanent modular constructed facility and must meet the requirements of permanent construction as outlined in the applicable codes and standards. Support elements for the new JFCNF building includes site preparations for clearing and earthwork, excavation, cut and gill, grading, paving, and storm water improvements. The current site is vacant with the exception of several small NGIS units, and all utilities will need to be brought to the site for tie-in to the new facility. The completion time for this contract is 730 calendar days after award. This solicitation is being advertised as ""Unrestricted"" for full and open competition, utilizing two-phase design-build selection procedures in accordance with FAR Part 36.3. This source selection procurement requires both non-price (technical and past performance) and price proposals in accordance with FAR Part 36.3 and FAR Part 15. 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 236220 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $45,000,000. In accordance with DFARS 236.204(iii), the magnitude of construction for this project is between $100,000,000 to $250,000,000. This office anticipates award of a contract for these services by April 2026. A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 12 March 2025, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses 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 requirement to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last seven (7) 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 21 April 2025. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 05 November 2025. The solicitation number will be N4008525R2638. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. 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 Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ec84a9c35235407dac1b9ed2b245c9b8/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN07623961-F 20251023/251021230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.