Design-Build (DB) Barracks Initiative (Package #2), Marine Corps Base (MCB) Camp Lejeune, North Carolina
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, NAVFACSYSCOM MID-ATLANTIC, has issued Solicitation N4008526R0058 for a Design-Build (DB) Barracks Initiative (Package #2) at Marine Corps Base (MCB) Camp Lejeune and Marine Corps Air Station (MCAS) New River, North Carolina. This project involves the demolition of existing Bachelor Enlisted Quarters (BEQ) buildings and the construction of new facilities to house 1,130 personnel in 565 two-person rooms. This acquisition is being solicited on an unrestricted basis with full and open competition. Proposals are due April 3, 2026, at 02:00 PM local time.
Project Scope
The scope of work includes the demolition of five BEQ buildings across Hadnot Point (MCB Camp Lejeune), French Creek (MCB Camp Lejeune), and MCAS New River. New construction will provide billeting capacity for 1,130 personnel in 565 two-person rooms. Facilities at each location will feature community and service core areas (laundry, vending, multi-purpose rooms, kitchens, administrative offices, etc.) and a recreation shelter. The project requires design and construction, including all related management, supervision, quality control, labor, equipment, and materials.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Design-Build.
- Magnitude of Construction: Over $500,000,000.
- Period of Performance: 15 calendar days for lead time, followed by 1,461 calendar days for completion after award.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a size standard of $45,000,000.
- Set-Aside: Unrestricted, Full and Open Competition.
- CMMC Requirements: CMMC Level 1 (Self) is required in accordance with DFARS 252.204-7025 and 252.204-7021.
- Stipend: A compensatory stipend of $200,000 will be provided to unsuccessful Offerors selected for Phase II.
Submission & Evaluation
This is a two-phase Design-Build procurement.
- Phase I: Evaluation focuses on non-price factors including Technical Approach, Experience, Safety, and Past Performance.
- Phase II: A maximum of three offerors will be selected for Phase II, which will evaluate Technical Solution, Small Business Utilization and Participation, and Price.
- Evaluation Basis: Best-value tradeoff, where non-price factors are significantly more important than price.
- Submission Method: Offers must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) system.
- Mandatory Requirements: Offerors must be registered in SAM.gov and submit a bid bond (SF-24) in the amount of 20% of the total project bid price, or $3M, whichever is less. Large business concerns must submit a subcontracting plan prior to award.
Key Documents & Requirements
Key attachments include a Pre-Proposal Inquiry Log Template, PIEE Vendor Access Instructions, Construction & Design Experience Project Data Sheet, Past Performance Questionnaire, and forms related to Small Business Utilization and Subcontracting Plans. Amendment 0001, dated March 10, 2026, incorporated additional FAR and DFAR provisions and clauses, and revised Section 00 21 00 - Instructions, subsection 1.2, without changing the proposal due date.
Contact Information
All correspondence regarding this solicitation should be directed via email to Mary Ann Pool at mary.a.pool3.civ@us.navy.mil.