Skip to content
Department of Defense

Pre Solicitation Notice for USCG Offshore Patrol Cutters (OPC) Homeport Pier, Naval Station Newport, Newport RI

Solicitation: N4008526R0001
Notice ID: b4b8b3996178443ba1ad6fd03d7039a9

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: RI. Industry: NAICS 237990 • PSC Y1LB.

Market snapshot

Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.

12-month awarded value
$1,287,533,718
Sector total $33,071,130,462 • Share 3.9%
Live
Median
$551,853
P10–P90
$43,045$119,860,900
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.9%
share
Momentum (last 3 vs prior 3 buckets)
+48369%($1,282,231,886)
Deal sizing
$551,853 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 →

Description

This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. 

The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for performing construction services for Design-Bid-Build, USCG Offshore Patrol Cutters (OPC) Homeport Pier, Naval Station Newport, Newport RI.

PROJECT DESCRIPTION:

This Design-Bid-Build project will demolish an existing condemned US Navy pier (1,570’ long x 100’ wide) and construct a new pier (1,000’ long x 80’ wide) for four Offshore Patrol Cutters (OPCs), along with a new bulkhead (360’ long), laydown area, parking, stormwater management, fire/potable water, electrical, telecommunications & compressed air utilities, etc.

The completion time for this contract is 1000 calendar days after award.

This solicitation is being advertised as "Unrestricted" for full and open competition. This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff.  The basis for evaluation and evaluation factors for award will be included in the solicitation.  Large business concerns are required to submit a subcontracting plan prior to award of the contract.

The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237990 – Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $45,000,000. 

In accordance with DFARS 236.204(iii), the magnitude of construction for this project is between $100,000,000 to $250,000,000.

This office anticipates award of a contract for these services by September 2026.

A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 20 January 2026, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement.  Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last ten (10) years. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as "Unrestricted" for full and open competition. A DD2579 Small Business Coordination Record was approved by the NAVFAC MIDLANT Small Business Professional on 10 February 2026. On 18 February 2026, the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation.

The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 05 March 2026. The solicitation number will be N40085-26-R-0001.  All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.

IMPORTANT NOTICE:  All prospective offerors must be registered in the System for Award Management (SAM).  You must have an active registration in SAM to do business with the federal government.  For additional information, go to https://www.sam.gov.

Questions regarding this notice should be directed to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil.

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.