Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2025 SAM #8767
SOLICITATION NOTICE

Z -- NAO HQ Emergency Operations Center Repairs and Upgrades

Notice Date
11/25/2025 6:52:35 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123626BA003
 
Archive Date
06/30/2026
 
Point of Contact
Amy Coody, Phone: 7572017883, Tiffany Kirtsey, Phone: 7574435807
 
E-Mail Address
amy.h.coody@usace.army.mil, tiffany.n.kirtsey@usace.army.mil
(amy.h.coody@usace.army.mil, tiffany.n.kirtsey@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W9123626BA003 NAO HQ Emergency Operations Center Repairs and Upgrades Norfolk, VA This is a pre-solicitation notice. This is NOT a solicitation. Do NOT submit proposals or questions in response to this notice. It is anticipated that the solicitation will be posted on Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about January 2026. The solicitation is anticipated to be posted for 30 calendar days. The U.S. Army Corps of Engineers (USACE) Norfolk District (NAO) intends to issue an Invitation for Bid (IFB) acquisition for the repair and upgrade of NAO HQ Emergency Operations Center, Norfolk, Virginia. This procurement will be conducted in accordance with FAR Part 14, Invitation for Bid (IFB). The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited as a 100% small business set-aside. The applicable NAICS code is 236220, Commercial and Institutional Building Construction, with a small business standard of $45 million. In accordance with FAR 36.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of construction is between $1,000,000 and $5,000,000. DESCRIPTION OF WORK The U.S. Army Corps of Engineers (USACE), Norfolk District (NAO) requires interior renovations to establish a fully functional Emergency Operations Center (EOC). The EOC will be constructed to support the District Commander in responding to and recovering from any natural or national emergency or hazard as identified in the All-Hazard Plan impacting District territory, assets, or personnel. The primary objective is to deliver a complete and operational EOC space within the Waterfield Building (NAO Headquarters Building). This includes all necessary renovations, technology infrastructure, backup power, furniture, and emergency preparedness equipment storage. The work includes, but is not limited to, the following: Interior Renovations: Complete interior construction and renovation to create dedicated EOC spaces. Backup Power: Provision and installation of a backup generator to ensure continuous operation of the EOC during power outages. Furniture, Fixtures, and Equipment (FF&E): Procurement and installation of all necessary furniture for a small conference space, hoteling workspaces, a private office, full-time staff workspaces, and emergency preparedness equipment storage. Emergency Preparedness Equipment Storage: Dedicated space constructed for secure storage of emergency preparedness equipment. Specialty Work: Requires strict adherence to the Secretary of Interior�s Standard for the Treatment of Historic Properties, specifically: Standards for Preservation (https://www.nps.gov/tps/standards/four-treatments/treatment-preservation.htm) Treatment of Historic Properties (https://www.nps.gov/tps/standards.htm) Complete design package will be issued with Request for Proposal (RFP)/provided to contractor. EDC services will be provided by the USACE NAO District and/or a firm under contract to the Corps. The work will commence first with performance beginning within 10 calendar days of receipt of Notice-to-Proceed (NTP). The construction period of performance will be approximately 270 calendar days from issuance of the NTP. Contractors will be required to submit bid bonds documents with the proposal. The successful awardee will be required to provide 100% payment and performance bonds for the project. The Government reserves the right to validate the matters responsive to all responsibility criteria through review of CPARS and other DOD or Government appraisal systems. ALL BIDDERS WILL BE REQUIRED TO SUBMIT MATTERS RESPONSIVE TO THE GENERAL RESPONSIBILITY CRITERIA AT THE TIME OF BID SUBMISSION. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1. The below Pre-Award Survey Information will be requested of the apparent low offeror. This information is not required to be responsive to the Invitation for Bid. a) Current commitments and expected dates of completion. b) One (1) signed bank reference demonstrating adequate financial resources. If bidder�s firm has a line of credit � provide information on how many figures bidder can borrow against the line of credit (i.e. medium 6 figures � exact line of credit is not required). c) The bidder shall provide the latest three (3) complete fiscal year financial statements for the prime contractor, certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the bidder. This notice does not constitute an invitation for bid. The IFB and accompanying documents will be issued electronically and will be uploaded to the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about January 2026. Notification of any changes to this pre-solicitation will only be made on this website. Therefore, it is the offerors responsibility to check the website regularly for any posted changes to the pre-solicitation notice, release of the solicitation, specification, drawings, and all subsequent amendments. Telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring at https://piee.eb.mil/ to respond to the solicitation and any amendments or other information regarding this acquisition. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. No hard copies will be available. Prospective bidders are responsible for monitoring SAM.gov to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders are required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment of any contract. NOTE: Online Representations and Certifications Applications apply to this solicitation. Inquires must be directed to Projnet in accordance with the forthcoming Solicitation document. TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/161717bea41748d3b96e4306752daadf/view)
 
Place of Performance
Address: Norfolk, VA 23510, USA
Zip Code: 23510
Country: USA
 
Record
SN07651572-F 20251127/251125230039 (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.