Dahlgren Multiple Award Construction Contract (MACC)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for a Multiple Award Construction Contract (MACC) IDIQ for facility repairs and renovations. This is a Total Small Business Set-Aside with a total capacity of $42,000,000.00 over a 5-year ordering period. Proposals are due April 30, 2026, at 11:00 A.M. EST.
Scope of Work
This MACC IDIQ will provide comprehensive construction services, including maintenance, sustainment, repair, and minor nonstructural construction projects. Work will be performed at various NSWCDD locations: Dahlgren, VA; Pumpkin Neck Annex, VA; Wallops Island, VA; and the Naval Observatory in Washington, DC. Services encompass joint scoping, field surveys, GIS updates, soil boring analysis, hazardous material testing, and engineering analysis for structural, electrical, and energy solutions. All work must comply with applicable Navy and local instructions, processes, and procedures, not exceeding Category II of NAVFAC Engineering & Construction Bulletin Issue No. 2006-04.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ). Task Orders will be FFP.
- Total Capacity: $42,000,000.00, shared among all contract holders.
- Ordering Period: 5 years (02 Feb 2027 to 01 Feb 2032).
- Minimum/Maximum Order: $500.00 / $7,000,000.00.
- Bonds: Performance and Payment Bonds are required.
Eligibility & Evaluation
This is a 100% Total Small Business Set-Aside. Offerors must have their primary facility located within 75 miles of NSWCDD in Dahlgren, VA. Evaluation will be based on Prior Experience and Past Performance, weighted equally. The government intends to award to all qualifying offerors who submit a technically acceptable proposal. The Program Manager is the only required key personnel for proposal submission, and their individual experience will not be an award evaluation factor.
Submission & Contacts
Proposals must be submitted electronically via DoD Safe Access File Exchange (SAFE).
- Notice of Intent Due: April 14, 2026, 3:00 P.M. EST.
- Proposal Due Date: April 30, 2026, 11:00 A.M. EST.
- Primary Point of Contact: Mr. D. Scott Haas, Darrell.s.haas@navy.mil, 540-742-8780.
- Secondary Point of Contact: Mr. Bill Turner, bill.j.turner.civ@us.navy.mil.
Notes
This solicitation has been amended multiple times. Amendment 0002, posted April 14, 2026, extended the proposal due date to April 30, 2026, and the intent notification deadline to April 14, 2026. The Staffing Matrix (Exhibit D) is no longer required for the base award submission but will be needed at the Task Order level. Wage determinations for Virginia (VA20260007) and District of Columbia (DC20260002) are attached and must be considered for labor costs. RFI acceptance closed April 1, 2026.