P084 NEXT GENERATION TORPEDO INTEGRATION LAB, NAVAL STATION NEWPORT, NEWPORT, RHODE ISLAND

Project ID: N4008526R0178 FederalOpportunitiesSources Sought
Overview
AgencyNaval Facilities Engineering Command
Deadline05/29/26
Posted05/14/26
Estimated Value$25,000,000 - $100,000,000 (value based on agency estimated range)
Set AsideNone
NAICS236220 - Commercial and Institutional Building Construction
PSCNot Provided
LocationNewport, RI 02841 United States
Description
Primary Latest Change

Summary

SOURCES SOUGHT FOR P084 NEXT GENERATION TORPEDO INTEGRATION LAB , NAVAL STATION NEWPORT, NEWPORT, RHODE ISLAND THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency's requirements exist. The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P084 Next Generation Torpedo Integration Lab, Naval Station Newport, Newport, RI All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry responses to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government's best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. No drawings or specifications will be made available at this time. 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.

General Work Requirements

The project will include the construction of a multi-story steel frame 12,920 SF laboratory and office facility. The facility will support a variety of functions including depot level testing of critical torpedo systems. Construction consists of a steel frame building with a shallow foundation, metal standing seam roof and masonry and metal panel exterior walls. The project includes all pertinent site preparations and site improvements, including underground stormwater retention system, mechanical and electrical utilities, telecommunications, landscaping, drainage, parking and exterior lighting. The total estimated magnitude of construction for this contract 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. The anticipated award of this contract is December 2026. The appropriate NAICS code for this procurement is 236220 Commercial and Institutional Building Construction, and the small business size standard is $45M. If the resulting solicitation is set aside for small businesses firms, it will include FAR 52.219-14, Limitations on Subcontracting. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot g joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot g agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm's small business status. The following information shall be provided:

Contractor Information

Provide your firm's contact information including Unique Entity Identifier (UEI) and CAGE Code. 2. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service- Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. 3. Construction Experience: Submit a minimum of three (3) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. With the exception of 13 CFR 125.2(g) below, experience of proposed subcontractors will not be considered. Furthermore, the Offeror's experience as a subcontractor will not be considered. For each of the submitted relevant projects (a maximum of five (5) projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or a repair/replacement, the final construction cost, and addresses how the project meets the scope/complexity requirements. A relevant project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. Recent is defined as having been 100% completed within the last ten (10) years prior to the sources sought submission due date. A relevant project is further defined as: Size: A Final construction cost of $30,000,000.00. Scope/Complexity: Projects shall demonstrate experience with requirements as shown below: - New Construction of a steel framed commercial or institutional building (minimum 2-story) (e.g. administrative, warehouse), that includes site work and utilities.

High Bay Construction

Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period. For purposes of evaluating capability, the Offeror is defined as the prime contractor that demonstrates experience on relevant projects that meet size, scope and complexity. In accordance with 13 CFR 125.2(g), small business Offerors may utilize the experience of a small business first-tier subcontractor(s) to demonstrate experience under this capability evaluation if the Offeror cannot independently satisfy the experience requirement as defined above. In order to utilize the experience of a small business first-tier subcontractor(s), the offeror must specifically identify the proposed small business first-tier contractor(s) in its capability package in accordance with this notice. The Offeror or, if a small business Offeror, its small business first-tier subcontractor, shall have been the prime contractor on all submitted projects. The Government notes that 13 CFR 125.2(g) is specific to only small business Offerors and named small business first-tier subcontractors. As such, the small business Offeror is not permitted to use the experience of a large business subcontractor or large business corporate affiliate in place of its own if the small business Offeror cannot independently satisfy the experience requirement as defined above. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Responses are due 29 May 2026 by 2:00PM local time. The submission package shall ONLY be submitted electronically to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt. Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to demetrice.jenkins2.civ@us.navy.mil

Summary (Newest Update)

Background The Naval Facilities Engineering Systems Command, Mid-Atlantic is conducting market research to identify small business firms capable of performing construction services for the P084 Next Generation Torpedo Integration Lab at Naval Station Newport, Rhode Island. The goal of this contract is to construct a facility that supports depot level testing of critical torpedo systems, aligning with the agency's mission to enhance naval capabilities. Work Details The project involves the construction of a multi-story steel frame laboratory and office facility covering 12,920 square feet. Key construction tasks include: 1) Building a steel frame structure with a shallow foundation; 2) Installing a metal standing seam roof; 3) Constructing masonry and metal panel exterior walls; 4) Performing site preparations and improvements such as an underground stormwater retention system; 5) Installing mechanical and electrical utilities; 6) Providing telecommunications infrastructure; 7) Implementing landscaping, drainage, parking, and exterior lighting. Period of Performance The anticipated award of this contract is scheduled for December 2026. Place of Performance Naval Station Newport, Newport, Rhode Island

Contacts
Contact nameDemetrice Jenkins
Contact emaildemetrice.jenkins2.civ@us.navy.mil
Contact phone(757) 341-1973
Secondary contact nameCatharine Keeling
Secondary contact emailcatharine.a.keeling.civ@us.navy.mil
Secondary contact phone(757) 341-0150
Same Region Opportunities