Skip to content
Department of Defense

Temporary Production Facility (TPF's) to support availability at Norfolk Naval Shipyard

Solicitation: N4215826Q0008
Notice ID: 597ddfb438b54e8fb6d9da7eb4ede595
TypeSolicitationNAICS 332311PSCW054Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedJan 30, 2026, 12:00 AM UTCDueFeb 05, 2026, 11:00 AM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 05, 2026. Industry: NAICS 332311 • PSC W054.

Market snapshot

Awarded-market signal for NAICS 332311 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,325,781
Sector total $20,371,516,771 • Share 0.0%
Live
Median
$425,076
P10–P90
$114,592$538,610
Volatility
Volatile100%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,325,781)
Deal sizing
$425,076 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Portsmouth, Virginia • 23709 United States
State: VA
Contracting office
Portsmouth, VA • 23709-1001 USA

Point of Contact

Name
Eugene Fenner
Email
eugene.e.fenner.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA SHIPYARD • NORFOLK NAVAL SHIPYARD GF
Contracting Office Address
Portsmouth, VA
23709-1001 USA

More in NAICS 332311

Description

Temporary Production Facilities:

Solicitation Notice: N4215826Q0008

This is a SOLICITATION for commercial items prepared in accordance with the provisions of FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.5, as supplemented by the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N42158260008. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-06 and DFARS Change Notice. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of the clauses may be accessed at the following website: https://www.acquisition.gov/far/

This contract action is being solicited as a Small Business. The NAICS code is 332311, PSC W054, and the size standard is 750.

Request for Response: The contractor shall provide temporary production facilities to support the Montpelier Availability at Norfolk Naval Shipyard. The contractor shall furnish one (1) non‑combustible Temporary Production Facility (TPF) measuring 14 feet by 60 feet. The TPF shall be equipped with one (1) CDX10 lock and configured as a standalone unit. The contractor shall ensure the TPF layout, access points, and structural arrangement conform to the configuration depicted in the provided sketch. All materials, installation methods, and safety features shall comply with applicable federal, state, local, and Navy requirements governing temporary industrial structures.

Delivery Location: Norfolk Naval Shipyard

Responsibility and Inspection:

Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

The solicitation will close on February 05, at 06:00 am, with all questions due by February 4, 2026, at 06:00 AM. The expected performance period is 10 months, including (4) options periods of 3 months each:

Wage determination has been added to ensure all employees are compensated according to federal standards. Please see attached wage deterimanation form 

Offerors are required to follow the instructions outlined in the solicitation, which includes compliance with FAR 52.212-1 (Instructions to Offerors—Commercial Items). Proposals will be evaluated as best value for the government, based on three key criteria: technical capability, past performance, and price. The Government intends to award one Firm Fixed Price (FFP) contract resulting from this solicitation to a responsible contractor whose quote conforms to the solicitation and is most advantageous to the Government based on technical capability, past performance, and price.

Evaluation Criteria

Factor 1- Technically Capable - The evaluation team will rate each quote as either "Acceptable" or "Unacceptable". Only quotes rated as "Acceptable" will be considered for awards and evaluated further.

  • Technical Acceptance: You must clearly state whether your company is capable as outlined in the Statement of Work (SOW). You must clearly state you understand and able to adhere to three subpoints in your proposals
  • Comprehension of Requirements: Prospective contractors are required to confirm that their company fully understands the scope of work and expectations as outlined in the following documents. Compliance with all provisions and stipulations in these documents is mandatory for the acceptance of any proposal and for successful contract performance. All offerors must carefully review and fully comprehend the contents of the documents listed below before submitting their proposals. Failure to do so may result in the rejection of the proposal:  
  1. Statement of Work.
  2. Temporary Production Facilities (TPF) Specifications
  • Size Dimensions: Vendors whose proposed dimensions do not meet the stated requirements will receive a rating of “Unacceptable” and will be removed from further consideration. This requirement ensures that all proposed solutions are physically compatible with the project site and capable of performing as intended, supporting consistency and quality across the project.

All TPF units must utilize non‑combustible construction, as specified in the accompanying specification package. Enclosure (1) provides the required orientation and layout for the 14‑ft × 60‑ft single‑wide TPF. The orientation shown in Enclosure (1) is mandatory, and no alternative orientations will be accepted by the government

  • Safety Regulations: The Contractor is responsible for ensuring the safety of all employees and for maintaining safe practices throughout the manufacturing of the structure. The company’s safety record will be considered as part of the evaluation process.

It is essential that the structure be built in full accordance with the specifications and that it is safe for occupancy. Enclosure (18) provides additional guidance regarding safety requirements for all facilities, including temporary facilities, and shall be reviewed carefully by all prospective contractors.

Factor 2- Past Performance: Past performance plays a crucial role in evaluating vendors’ ability to deliver high-quality work while maintaining a strong safety record. Safety Record are a key metric that will be used when evaluating prospective vendors. Vendors who can demonstrate past successes in these areas of safety are more likely to deliver projects on time and to the highest standards of safety and craftsmanship in the future. Below is a reference to past projects, including safety records:

  1. Company Name,
  2. Contract Number
  3. Company Address
  4. Primary company contacts(s) and associated email addresses,
  5. Company website

Factor 3- Price- Price shall not be the sole factor in the selection process. However, should prospective vendors be deemed equal across all specified evaluation criteria, price may serve as the determining factor in awarding the contract

Key Post-Award Requirements:

Schedule: The Contractor shall provide two schedules to NNSY within 10 days of contract award:

  1. Manufacturing Schedule – covering the period from contract award through delivery of the facility to NNSY.
  2. Installation Schedule – covering the period from delivery of the trailer at NNSY through final turnover to the Government.
  3. Any proposed changes to either schedule shall be submitted in writing no later than 30 days prior to the requested change date. NNSY will review all proposed schedule revisions and issue written acceptance. All scheduled dates remain subject to negotiation.

Removal: Customer Requirements

  1. Trailer Removal: The customer requires a minimum of 30 days’ written notice prior to the removal of any trailer units.
  2. Trailer Removal Timeline: The customer requires that all trailers be fully removed no later than 45 days after the end of the contract term.

Proposal Submission:
All responsible vendors may submit proposals. By submitting, vendors certify they are not suspended, debarred, or otherwise ineligible for federal contracts. Awardees must maintain SAM registration throughout contract performance.

Offerors are responsible for ensuring their offers, modifications, revisions, or withdrawals are turned in by the specified deadline. Late submissions are not accepted, and any revision must be submitted on time to be considered. Adhering to the solicitation’s timelines is crucial to avoid disqualification.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.