Design-Bid-Build (DBB) SOF Marine Raider Facilities Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina

SOL #: N4008526R0138Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Camp Lejeune, NC

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Mar 31, 2026
2
Response Deadline
Apr 14, 2026, 6:00 PM

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 Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic is conducting a Sources Sought for Design-Bid-Build (DBB) construction services for the SOF Marine Raider Facilities Complex (P-1550) at Marine Corps Base Camp Lejeune, North Carolina. This market research aims to identify qualified small businesses and gather public comments on Project Labor Agreements (PLAs). Responses are due April 14, 2026.

Opportunity Details

This is a Sources Sought Notice only, not a Request for Proposal. The government is seeking eligible Small Businesses (including HUBZone, Small Disadvantaged, Veteran-Owned, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses) capable of performing construction services. The project involves constructing a facilities complex for the 2nd Marine Raider Battalion Headquarters and subordinate companies at Stone Bay. The estimated magnitude of construction is between $100,000,000 and $250,000,000.

Scope of Work

The project includes the construction of a 6,815 SM (73,400 SF) SOF Marine Battalion Operations, Supply, Communications, and Intel facility; 11,812 SM (127,200 SF) Company HQ and Team Facilities; and 1,635 SM (17,600 SF) Company Storage Buildings. Supporting infrastructure such as utilities, parking, roadways, pedestrian ways, and site work are also included. Structures will be single-story steel frame buildings with brick veneer, standing seam metal roofs, and translucent wall panels. Special features include pile foundations, surcharged sites, wetlands mitigation, storm water best management practices, and a telecommunications duct bank extension with directional boring beneath wetlands.

Submission Requirements

Interested small businesses must submit a capabilities package electronically to andy.h.bui.civ@us.navy.mil. The package must include the Sources Sought Contractor Information Form, Sources Sought Project Information Form, and Sources Sought Project Matrix. These forms require documentation of a minimum of two (2) and up to five (5) relevant construction projects completed in the past ten (10) years. Relevant projects must demonstrate experience with:

  • Size: Cumulative 50,000 SF or greater for multiple covered structures and a final construction cost of $50,000,000 or greater.
  • Scope: New construction of multiple industrial and/or administrative buildings simultaneously or sequentially on a campus-style project site.
  • Complexity: Collective experience with new construction of at least one industrial building and one administrative building, and elements like pile foundations, wetlands mitigation, storm water BMPs, and directional boring. The submission package is limited to a 5Mb attachment.

Contract & Set-Aside

The NAICS code is 236220 – Commercial and Institutional Building Construction, with a Small Business Size Standard of $45,000,000. The government will determine whether a set-aside acquisition (e.g., for SDVOSB, VOSB, HUBZone, 8(a), WOSB, or other small businesses) is in its best interest after reviewing responses. Large businesses should only respond to the PLA questionnaire; their capability submittals will not be considered. The contract will include FAR clause 52.219-14 Limitations on Subcontracting. An award is anticipated by December 2026.

Project Labor Agreement (PLA)

NAVFAC Mid-Atlantic is also soliciting public comments on the potential use of a PLA for this project. Responses to the attached PLA questionnaire are invited from government entities, unions, and contractors (union or non-union).

Deadlines & Contact

Responses are due NLT April 14, 2026, at 2:00 PM (EDT). Late submissions will not be accepted. Primary Contact: Andy Bui, andy.h.bui.civ@us.navy.mil, 757-341-1652.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Mar 31, 2026
Design-Bid-Build (DBB) SOF Marine Raider Facilities Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina | GovScope