Design-Build (DB) Barracks Initiative (Package #2), Marine Corps Base (MCB) Camp Lejeune, North Carolina

SOL #: N4008526R0058Solicitation

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

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Troop Housing Facilities (Y1FC)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Apr 3, 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 Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, has issued Solicitation N4008526R0058 for a Design-Build (DB) Barracks Initiative (Package #2). This project involves the demolition of five Bachelor Enlisted Quarters (BEQ) buildings and the construction of new BEQ facilities at Marine Corps Base (MCB) Camp Lejeune, NC, and Marine Corps Air Station (MCAS) New River, NC. The new facilities will provide billeting capacity for 1,130 personnel in 565 two-person rooms. This acquisition is being conducted on an unrestricted basis with full and open competition. Proposals for Phase I are due by April 3, 2026, at 02:00 PM local time.

Scope of Work

The scope includes the comprehensive design and construction of new BEQ facilities, encompassing all related management, supervision, quality control, labor, equipment, and materials. Specific demolition targets are BEQs at Hadnot Point (MCB Camp Lejeune), French Creek (MCB Camp Lejeune), and MCAS New River. The new facilities at each location will feature community and service core areas (laundry, vending, multi-purpose rooms, kitchens, administrative offices, housekeeping, mechanical, electrical, telecommunication rooms, bulk storage, public restrooms) and a recreation shelter. CMMC Level 1 (Self) requirements are included in this solicitation.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Design-Build
  • Magnitude of Construction: Over $500,000,000
  • NAICS Code: 236220 (Commercial and Institutional Building Construction)
  • Small Business Size Standard: $45,000,000
  • Period of Performance: 15 calendar days for lead time, followed by 1461 calendar days for completion after award (approximately 4 years).
  • Set-Aside: Unrestricted / Full and Open Competition
  • Stipend: A compensatory stipend of $200,000 will be provided to unsuccessful Offerors participating in Phase II.

Submission & Evaluation

This is a two-phase procurement.

  • Phase I will evaluate non-price factors including Technical Approach, Experience, Safety, and Past Performance.
  • A maximum of three offerors will be selected to proceed to Phase II, which will evaluate Technical Solution, Small Business Utilization and Participation, and Price.
  • Proposals will be evaluated on a best-value tradeoff basis, with non-price factors being significantly more important than price.
  • Proposal Submission Deadline: April 3, 2026, 02:00 PM local time.
  • Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) platform.
  • Requirements: Offerors must be registered in SAM.gov and submit a bid bond (SF-24) for 20% of the total project bid price or $3M, whichever is less.

Key Attachments

Important forms for submission include the Pre-Proposal Inquiry Log Template, PIEE Vendor Access Instructions, Construction and Design Experience Project Data Sheet, Past Performance Questionnaire, Historical Small Business Utilization, Small Business Participation Commitment Document, and Individual Small Business Subcontracting Plan.

Contact Information

All correspondence regarding this solicitation should be directed via email to Mary Ann Pool at mary.a.pool3.civ@us.navy.mil.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Mar 10, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 4, 2026
Version 2
Pre-Solicitation
Posted: Feb 10, 2026
View
Version 1
Sources Sought
Posted: Jan 15, 2026
View