SOLICITATION NOTICE
Y -- PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, RM24-3467 RENOVATE SP17 FOR FLEET LEGAL SERVICES, NAVAL STATION NORFOLK, NORFOLK VIRGINIA
- Notice Date
- 8/11/2025 3:43:37 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
- N4008525R2607
- Archive Date
- 09/30/2025
- Point of Contact
- Kristy Gerrek, Phone: 7573410089, Amanda Bricker, Phone: 7573412074
- E-Mail Address
-
kristy.l.gerrek.civ@us.navy.mil, amanda.l.bricker.civ@us.navy.mil
(kristy.l.gerrek.civ@us.navy.mil, amanda.l.bricker.civ@us.navy.mil)
- Description
- Solicitation Number: N40085-25-R-2607 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, RM24-3467 Renovate SP17 for Fleet Legal Services, Naval Station Norfolk, Norfolk Virginia. PROJECT DESCRIPTION: This design-build project will establish a Fleet Legal Services Complex (FLSC) by renovation, conventional construction, and new permanent modular construction on the site of existing Building SP-17. The FLSC will serve as the primary legal support facility for the U.S. Navy Second Fleet located in the Hampton Roads area and throughout Navy Region Mid-Atlantic. The FLSC is a Navy Pilot Project that is required to incorporate permanent modular construction. Building SP-17 will be partially demolished. The center portion will remain and be renovated. The new modular construction must be located within the existing footprint of building SP-17, except for circulation spaces (corridors, stairs, elevators), which are allowed outside the existing building footprint. The project primarily constructs administrative space, courtrooms, and other requirements for legal services. The completion time for this contract is 955 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 January 2026. A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 01 April 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 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 21 April 2025. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 26 August 2025. The solicitation number will be N4008525R2607. 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/opp/2bc301e3798f44268371d4a333f74b19/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN07545103-F 20250813/250811230045 (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 |