Opportunity

SAM #N4215826RX6XXX

Market Research for Temporary Production Facilities at Norfolk Naval Shipyard

Buyer

Norfolk Naval Shipyard

Posted

April 22, 2026

Respond By

May 04, 2026

Identifier

N4215826RX6XXX

NAICS

332311, 332420

This opportunity seeks industry input for the production and delivery of two temporary structures at Norfolk Naval Shipyard to support nuclear and non-nuclear testing during CNO Availabilities. - Government Buyer: - Department of the Navy, Norfolk Naval Shipyard (NAVSEA) - OEMs and Vendors: - No specific OEMs or vendors are named in the documents - Products/Services Requested: - Two temporary production facilities (TPFs): - 24-ft x 40-ft double-wide modular trailer (Type B) - Non-combustible construction, hurricane-proof up to 110-mph winds - HVAC (maintain 68-70°F), fire alarm/detection, electrical and IT infrastructure - Interior: vinyl flooring, drop ceiling, emergency exit signs, fire extinguisher, lighting - Exterior: steel fire-rated doors with specified locks, aluminum siding, contractor decals - Stackable design, detailed lifting/rigging provisions - 8-ft x 40-ft shipping container-style equipment enclosure (Type B) - Non-combustible, stackable two units high, hurricane-proof up to 110-mph winds - Insulated walls/ceiling (R15), steel floor (125 PSF live load), painted surfaces - 3 insulated roll-up doors with locks, 5 duplex outlets, 4 LED lights, ventilation with security screens - Forklift pockets, crane lifting fittings (ISO 1161) - Contractor responsibilities: - Fabrication, delivery, installation assistance, as-built drawings, compliance with OSHA/NAVSEA safety standards - Emergency and routine repair protocols - Unique/Notable Requirements: - Ability to handle classified and/or Controlled Unclassified Information (CUI) - Registration in System for Award Management (SAM) is mandatory - Compliance with detailed naval and federal standards for safety, construction, and environmental loads - Delivery to Southgate Annex, Lot 17, 3920 Burtons Point Road, Portsmouth, VA - Place of Performance/Delivery: - Norfolk Naval Shipyard, Portsmouth, VA (including Southgate Annex, Lot 17)

Description

THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL.

The Norfolk Naval Shipyard (NNSY) is seeking capable sources to provide the production of two (2) temporary structures, as detailed in the attached Draft Statement of Work (SOW) and supporting documents.  The Government anticipates a Firm-Fixed-Price contract issued under FAR Part 12 procedures.

This is NOT a solicitation. The Government will not award a contract from this announcement or pay for any information submitted. All responses will be treated as market research. Proprietary information will be protected if clearly marked.

Anticipated Codes:

NAICS:332311  PSC: 5410

INFORMATION REQUESTED FROM INDUSTRY: We encourage clear, concise responses. Please do not simply reiterate the SOW. We are seeking to understand your genuine capabilities and expert perspective.

Corporate Information: Company Name, Address, Phone Number CAGE Code & Unique Entity ID (UEI) from SAM.gov Primary Point of Contact (Name, Title, Phone, Email) Socioeconomic Status (e.g., Small Business, WOSB, SDVOSB, etc.) Corporate Experience & Past Performance: Provide brief descriptions of up to three (3) relevant contracts from the past five (5) years that are similar in scope and complexity. Please specify if these contracts were for DoD/Federal agencies and involved handling classified and/or Controlled Unclassified Information (CUI). Technical & Security Capability: Describe your approach to performing this requirement in its entirety. Include the production lead time. Industry Feedback & Innovation (Revolutionary FAR Overhaul Input): After reviewing the Draft SOW, are there any requirements you consider unnecessarily restrictive, inefficient, or not aligned with commercial best practices? What alternative approaches, technologies, or process improvements would you recommend to enhance the security or efficiency of this service? Are the selected NAICS/PSC codes appropriate? If not, what do you recommend and why? What contract CLIN structure would you recommend for a requirement of this nature?

Submission Instructions:

Interested sources should send a single Adobe Acrobat (.pdf) response to Christopher Vieira at christopher.f.vieira.civ@us.navy.mil,  Eliot Faircloth, at john.e.faircloth2.civ@us.navy.mil, and Contract Officer Chad Godwin at chad.r.godwin.civ@us.navy.mil.

Response Deadline: 01 May 2026, 1:00 PM EST.

NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED.  Requests for a solicitation package will not be honored nor will technical point-of-contact information be provided.

By submitting information, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency.  Furthermore, prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment.  Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at http://www.sam.gov.

Again, this is not a request for a proposal. Respondents will not be notified of the results.

Thank you for your interest and participation in this market research effort.

View original listing