Opportunity

SAM #N4008526R0153

Bulkhead Repairs and T Pier Demolition Construction Services at Naval Station Newport

Buyer

Naval Facilities Engineering Systems Command Mid-Atlantic

Posted

April 28, 2026

Respond By

May 13, 2026

Identifier

N4008526R0153

NAICS

237990, 238990, 562910, 238910

This opportunity seeks qualified small business construction firms for major waterfront infrastructure work at Naval Station Newport, Rhode Island. - Government Buyer: - Department of the Navy - Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic - Scope of Work: - Bulkhead Repairs S50S: - Replace approximately 686 linear feet of steel sheet-pile bulkhead (southern portion of S50) - Replace 193 linear feet of rip-rap - Upgrade associated stormwater infrastructure - T Pier Demolition (Facility #S528): - Demolish and remove concrete slab - Excavate and dispose of soil/fill - Dredge and remove sediment below waterline - Remove steel sheet-pile bulkhead, mooring dolphins, steel piles, and utilities - Unique/Notable Requirements: - Must comply with EPA Record of Decision for CERCLA/IR Superfund Site 19 and the Federal Facility Compliance Agreement - Contractors must demonstrate experience in waterfront construction, open-water methods, sheet pile installation, handling contaminated soil, and utility installation - Project Labor Agreement (PLA) considerations are being evaluated; public input is solicited - Estimated Construction Magnitude: - $25,000,000 to $100,000,000 - No specific OEMs or commercial products are identified; only construction services are requested - Place of Performance: - Naval Station Newport, Newport, Rhode Island

Description

Project Labor Agreement (PLA) Request Information (RFI) for Bulkhead Repairs S50S and T Pier Demolition Naval Station Newport, Newport, Rhode Island

This is a request for information/market survey.  This is not a request for proposal, request for quote, or an invitation for bid.  There will be no solicitation, specification, or drawings available at this time.

Naval Facilities Engineering System Command (NAVFAC) Mid-Atlantic is soliciting comments from the public addressing the potential use of Project Labor Agreements (PLA) for the following construction project. This project will repair by replacement of the southern portion of S50 and associated stormwater system infrastructure. Bulkhead S50 South/LNG is the most southern portion of a larger shoreline bulkhead system constructed to stabilize the upland area and support the shore facilities and infrastructure in the Coddington Cove area of Naval Station Newport.

This project will protect the embankments and shore structures from erosion and prevent further bulkhead damage from wave action. This project shall meet all aspects of the applicable EPA Record of Decision (ROD) for the CERCLA/IR Superfund Site, Site 19 and meet the requirements of the Federal Facility Compliance Agreement the Navy has made with the EPA.

Bulkhead S50 South (LNG) consists of approximately 686 LF of steel sheet-pile and 193 LF of rip-rap. The existing bulkhead and rip-rap is currently in disrepair. This project proposes to repair the damaged sheet-pile wall by replacing it with a new steel sheet-pile system that will include a wale system connected to a sheet-pile deadman anchor. The new system will be coated with a macro epoxy to help prevent corrosion. The rip-rap portion of S50 South/LNG will be replaced in kind to maintain shoreline stability.

For Option 1 T-Pier Demolition, the project includes the demolition of the T-Pier (Facility #S528) located in the waterfront area of Coddington Cove (CC), Naval Station Newport. The T-Pier (Transit Shed Pier) is constructed of fill material surrounded and supported by steel sheet-pile bulkhead. Demolition shall include removal and disposal of concrete slab atop of the facility. Soil/fill within the structure will be excavated and disposed. Sediment/fill below the waterline shall be excavated/dredged and disposed. The steel sheet-pile bulkhead and structural supports, shall be cut 2 feet below the mudline and disposed. Project shall include removal of associated infrastructure located within or around the T-Pier (e.g. mooring dolphins, steel piles, utilities etc.). The project NAICS Code is 237990.  The magnitude of construction is anticipated to be $25M – $100M.  General period of performance is anticipated to be approximately 610 calendar days. 

A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement as described in 29 U.S.C. 158 (f).  Federal Acquisition Regulation (FAR) policy states: Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use PLAs in large-scale construction projects (defined as a construction projects with a total estimated cost at or above $35M) to promote economy and efficiency in the administration and completion of Federal construction projects.  When awarding a contract in connection with a large-scale construction project, agencies shall require use of a PLA for contractors and subcontractors engaged in construction on the project, unless an exception(s) at RFO 22.502-2(d) applies. Reference is made to: RFO Subpart 22.5 Use of Project Labor Agreements for Federal Construction Projects; provision, RFO 52.222-33 Notice of Requirement for Project Labor Agreement; and to clause, RFO 52.222-34 Project Labor Agreement.

In consideration of the above factors, and any others which may be deemed appropriate, the public is invited to provide responses on the use of a PLA for this construction project utilizing the attached questionnaire. 

This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder’s list.   This survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government.  The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information.  The Government will not provide a debriefing on the results of this survey.  All information will be held in a confidential manner and will only be used for the purposes intended.

Responses shall be submitted on the attached questionnaire via email to catharine.a.keeling.civ@us.navy.mil no later than 2:00 P.M. local time on 13 May 2026. 

View original listing