Maintenance and Repair Services for Rees Scientific Temperature Monitoring - Naval Hospital Pensacola
Agency: Defense Health Agency
Location: Pensacola, Escambia, Florida
NAICS: 811210
| Agency | NAVFAC Southeast |
|---|---|
| Deadline | 02/23/26 |
| Posted | 02/05/26 |
| Estimated Value | $25,000,000 - $50,000,000 (AI estimate) |
| Set Aside | None |
| NAICS | 237990 - Other Heavy and Civil Engineering Construction |
| PSC | Y1PZ - Construction Of Other Non-Building Facilities |
| Location | Pensacola, FL United States |
THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Description: This project is to repair and recapitalize Wharf Bravo and associated utilities at NAS Pensacola, Florida to ensure continued operational support for U.S. Coast Guard missions. The recapitalization effort will extend the service life of the wharf, improve structural integrity, and modernize utility systems to meet current operational requirements. The project includes, but is not limited to, the following major components:
- Cast new concrete fascia over the existing steel combi-wall. - Replace the concrete cap along the wharf. - Repair holes in sheet piles. - Install a galvanic cathodic protection system. - Repair and reinforce tie-back anchors. Mooring & Fender Systems - Replace mooring hardware and timber fender system. - Install new mooring bollards, cleats, and foam-filled fenders. - Each mooring bollard to include a tie-back anchor for enhanced stability.
- Replace utility systems including: - Potable water - Fire water - Sanitary sewer (CHT) - Electrical shore power stations Pavement & Drainage - Remove existing pavement surfaces to access buried utilities and structural elements. - Repair steel combi-wall and tie-back system. - Install tie-back anchors at mooring bollards. - Replace pavement with new asphalt surfaces. - Construct a stormwater drainage system with detention basin for improved runoff management.
- All related incidental construction, demolition, and site restoration necessary to complete the recapitalization effort. The solicitation and contract shall include FAR Clause 52.211-10, Commence, Prosecution and Completion of Work, which will identify 665 calendar days (base and any options exercised) for contract completion from date of contract award. The best value continuum source selection process to be used for this acquisition is the tradeoff approach, as described in FAR 15.101-1. The best value tradeoff process is appropriate and permits evaluation of proposals based on price competition, technical merit, confidence assessment and other factors; permits impartial and comprehensive evaluation of offeror proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. A sources sought notice was posted to sam.gov on December 4, 2025 requesting small business industry interested and capability statement. Based on responses from the notice it was determined that the requirement should be issued as full and open. The solicitation will be a negotiated DBB acquisition. Proposals will be solicited in a one-phase submission for a single solicitation. The solicitation will utilize source selection procedures, which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.
Unrestricted basis, under full and open competition.
FAR Part 15, Contracting by Negotiation.
Firm-Fixed Price The NAICS code for this construction solicitation is 237990 with a size standard of $45,000,000. Project Magnitude is between $25,000,000 and $100,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. Large business concerns will be required to submit a subcontracting plan prior to award of the contract. A Site Visit will be held for those offerors who choose to participate (exact date and time will be specified in the solicitation). Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). This will be an electronic solicitation, which can be downloaded from Sam.gov Opportunities at https://sam.gov/. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. Offerors are responsible for checking the Sam.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
| Contact name | Deborah Torrence |
|---|---|
| Contact email | deborah.d.torrence2.civ@us.navy.mil |
| Contact phone | None |
Agency: Defense Health Agency
Location: Pensacola, Escambia, Florida
NAICS: 811210
Agency: NAVSUP Fleet Logistics Center Norfolk
Location: Pensacola, Escambia, Florida
NAICS: 711320
Agency: Defense Health Agency
Location: Pensacola, Escambia, Florida
NAICS: 811210
Agency: Surface Forces Logistics Center
Location: Pensacola, Escambia, Florida
NAICS: 336611