Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
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, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services across NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR, including North Carolina and South Carolina. The "seed project" is the P-1538 SOF Armory at MARSOC Complex, Stone Bay, MCB Camp Lejeune, NC. Proposals are due February 17, 2026, at 2:00 PM EST.
Scope of Work
This MACC will cover a broad range of general construction services, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. Projects may encompass civil, structural, mechanical, electrical, fire protection, and communication systems for various facility types such as administrative, industrial, maintenance, warehouses, hangars, and personnel support facilities. The seed project, P-1538 SOF Armory, involves the construction of an armory building with supporting site infrastructure and distribution systems. Numerous technical revisions to drawings and specifications, particularly for civil, structural, mechanical, electrical, and AV systems, have been issued.
Contract Details
- Contract Type: Firm Fixed Price (FFP), IDIQ MACC.
- Period of Performance: Base year plus four (4) one-year option periods (up to 60 months total).
- Estimated Total Construction Cost (all contracts): Not to exceed $975,000,000 over the life of the contract.
- Estimated Construction Cost per Project: Typically between $25,000,000 and $150,000,000.
- Government Guarantee: Minimum of $5,000 to each successful offeror.
- Set-Aside: Unrestricted (Full and Open Competition).
- NAICS Code: 236220 (Construction Of Miscellaneous Buildings) with a $45M size standard.
Evaluation Factors
Proposals will be evaluated using a "best value" tradeoff process, considering both price and non-price factors. Non-price factors include Corporate Experience (projects completed within the past seven (7) years from RFP issuance), Management Approach, Safety, Past Performance, and Small Business Utilization and Participation. Offerors must complete Attachment E (Historical Small Business Utilization) for Factor 1 projects and Attachment F (Small Business Participation Commitment Document) with a minimum 20% small business subcontracting requirement. Price will be evaluated based on the total price for the seed project, as detailed in Attachment J (Price Proposal Form Rev1).
Key Dates & Submission
- Proposal Due Date: February 17, 2026, at 2:00 PM EST.
- Estimated Contract Award Date: April 30, 2026 (for proposal planning purposes).
- Submission Method: Electronic submission via the Procurement Integrated Enterprise Environment (PIEE) platform. Bidders must register and obtain appropriate roles (e.g., Proposal Manager) as per Attachment B (PIEE Vendor Access Instructions).
- Contact: James Godwin, james.a.godwin41.civ@us.navy.mil.
Important Notes
Multiple amendments (0001 through 0009) have been issued, revising the proposal due date, clarifying PPIs, and updating numerous drawings and specifications for the P-1538 SOF Armory project. Bidders must acknowledge all amendments and ensure their proposals reflect the latest requirements, including revised wage determinations and utility rates. A formal site visit was held on August 27, 2025.