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 Naval Surface Warfare Center Dahlgren Division (NSWCDD) is soliciting proposals for a Multiple Award Construction Contract (MACC) IDIQ to provide facility repairs and renovations. This is a follow-on requirement with an available capacity of $42,000,000.00 over a 5-year ordering period. This opportunity is a Total Small Business Set-Aside. Proposals are due April 10, 2026, at 11:00 A.M. EST.
Scope of Work
This MACC IDIQ will cover maintenance, sustainment, repair, and minor nonstructural construction projects. Work will be performed at NSWCDD Dahlgren, VA, the Naval Observatory, Pumpkin Neck Annex Explosive Experimental location in King George, VA, NSWC facilities at Wallops Island, VA, and Naval Observatory, Washington DC. The scope includes joint scoping, field surveying, material sampling (soil boring, hazardous), and engineering analysis. Projects may be complex, requiring multiple disciplines, and must comply with all applicable Navy and local instructions, processes, and procedures. Individual Task Orders (TOs) will define specific requirements.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Multiple Award Indefinite Delivery/Indefinite Quantity (MAC IDIQ).
- Period of Performance: 5-year ordering period (02 Feb 2027 to 01 Feb 2032).
- Total Capacity: $42,000,000.00, shared among all contract holders.
- Minimum/Maximum per Order: $500.00 / $7,000,000.00.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: Z1HB (Maintenance Of Government Owned Government Operated (Gogo) R&D Facilities).
Submission & Evaluation
- Proposal Due Date: April 10, 2026, 11:00 A.M. EST.
- Intent Notifications & Questions Due: March 28, 2026, 11:00 A.M. EST.
- Submission Method: Electronically via DoD Safe Access File Exchange (SAFE).
- Evaluation Factors: Prior Experience and Past Performance. Price will not be evaluated; awards will be made to all qualifying offerors.
- Eligibility: Offerors must be a responsible source, submit a technically acceptable proposal, and be a Small Business concern. The Prime Contractor's primary facility must be within 100 miles of NSWCDD Dahlgren, VA. Program Manager requires a minimum of 10 years of experience.
Additional Notes
Performance and Payment Bonds are required. Offers must be valid for 365 calendar days. Site visits are encouraged. Bidders must adhere to prevailing wage rates as outlined in the provided wage determinations for District of Columbia (DC20260002) and specific Virginia counties (VA20260007). A Quality Assurance Surveillance Plan (QASP) outlines government monitoring of contractor performance, and a Staffing Plan template (Exhibit D) is provided for proposal submission.