SOURCES SOUGHT
Z -- RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
- Notice Date
- 12/10/2025 9:30:37 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM ATLANTIC NORFOLK VA 23508-1278 USA
- ZIP Code
- 23508-1278
- Solicitation Number
- N62470-25-R-0013
- Response Due
- 1/2/2026 11:00:00 AM
- Archive Date
- 01/17/2026
- Point of Contact
- SHANNON PRICE, Phone: 7573228180
- E-Mail Address
-
shannon.e.price3.civ@us.navy.mil
(shannon.e.price3.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT REFERENCE NUMBER N62470-25-R-0013 TITLE: RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME. THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This Sources Sought Synopsis is being used as a market research tool to determine the availability and adequacy of potential qualified business sources prior to determining the method of acquisition and issuance of a solicitation. Naval Facilities Engineering Systems Command (NAVFAC) Atlantic is seeking qualified Large Businesses and Small Businesses, including U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women-Owned Small Businesses (WOSB), or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Upon review of the industry response to this Sources Sought Synopsis, the Government will determine whether a small business set-aside acquisition in lieu of full and open competition is in the Government�s best interest pursuant to FAR 19.502-2(b). The Naval Facilities Engineering Command, Atlantic is contemplating an award of Special Project RM22-1250 for Building 7 Structural Repairs, Portsmouth Naval Shipyard, Kittery, Maine. The project will consist of a total interior renovation of the three story (plus mezzanines) 16,196 square foot historic Building 7, including: hazardous material removal and remediation; modifying or removing and replacing the building�s floors and supporting structure; providing code compliant internal stairwells; adding a new passenger elevator; adding utility support spaces; replacing exterior windows; adding insulation to the roof system; provide lightening protection system; repointing and repairing the historic masonry walls; repairing and repainting historic trim; repairs to historic granite block; repairs and modifications to historic timber framing; providing office and industrial space, small assembly space, a locker room, training and break rooms, and toilet rooms; and completely overhauling the building�s mechanical, electrical, and fire protection systems. Site improvements include utility construction and restoration of disturbed areas resulting from demolition activities. Utilities include electrical, fire, water, sanitary services, connections, and utility relocations. All companies to include service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), small businesses, and large businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. If you are considering entering into a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable professional qualifications and experience for each member, and to what extent your company has worked with the proposed teaming partners in the past. For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). A small business prime will be required to comply with FAR 52.219-14, which limits the percentage paid by small business prime contractors to subcontractors that are not similarly situated entities. The limitation on subcontracting would apply to the cooperative effort of the joint venture and not each individual member (13 CFR 125.6(i)). Provide evidence that on past contracts of a similar nature that your company (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract. Submittal Requirements: It is requested that interested businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form, Sources Sought Project Matrix, and Project Labor Agreement (PLA) Request for Information provided as attachments to this notice. (Note: On the PLA questionnaire, please provide a definitive response (yes/no) to question 4 as to whether or not you would propose if a PLA is required. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as: Size: A final construction cost of $25 Million or greater. Scope: Complete renovation of a historic structure including repairing and removing interior structure while maintaining the exterior envelope, at least three stories tall, providing temporary shoring systems to support/brace existing framing members on a restricted area site with restricted site laydown and coordinated logistics. Complexity: Each submitted project does not require demonstrated experience with all of the following elements, but collectively, experience with all elements must be established throughout the submitted relevant projects. Experience with hazardous material abatement; Experience with interior and exterior renovation of historic granite block buildings including temporary shoring of structural loadbearing elements; Experience with modifications to historic timber framing; Experience with historic facilities and adherence to the Secretary of the Interior guidelines for selective demolition and renovation; Experience with completely overhauling the building�s mechanical, electrical, and fire protection systems, utility outages, and/or temporary utilities that involved relevant utility systems; Experience with multi-phased/sequenced construction; and Experience with projects in congested urban or industrial areas with limited construction laydown space and restricted access. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal. The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45 million. In accordance with DFARS 236.204(iii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. The submission package shall be submitted electronically to Shannon Price via email at shannon.e.price3.civ@us.navy.mil and MUST be limited to a 5MB attachment. The Statement of Capabilities must be on 8 � by 11-inch standard paper, single spaced, Times New Roman, 12-point font minimum and is limited to ten (10) single-sided pages (including all additional attachments). The Sources Sought Project Matrix, and the Project Labor Agreement Request for Information are not included in the page count. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN FRIDAY 2 JANUARY 2026 AT 14:00 Norfolk, Virginia local time. LATE RESPONSES WILL NOT BE ACCEPTED. NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR�S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS NOTICE MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN ANY RESULTANT SOLICITATION. We appreciate your interest and thank you in advance for responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/57ad49b60b3446e79321e784c4c70c89/view)
- Place of Performance
- Address: Kittery, ME, USA
- Country: USA
- Country: USA
- Record
- SN07662540-F 20251212/251210230041 (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 |