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

SOL #: N4008525R2507Solicitation

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 Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Aug 6, 2025
2
Last Updated
Feb 17, 2026
3
Submission Deadline
Feb 17, 2026, 7:00 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, 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 within NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR, including North Carolina and South Carolina. This Unrestricted opportunity has a proposal due date of February 17, 2026, at 2:00 PM EST.

Scope of Work

This MACC will cover general building type projects, encompassing new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. This includes civil, structural, mechanical, electrical, fire protection, and communication systems for various facility types (e.g., administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical facilities, roads). The initial "seed project" is the P-1538 SOF Armory at MARSOC Complex, Stone Bay, MCB Camp Lejeune, NC, involving the construction of an armory building, supporting site infrastructure, and utility distribution.

Contract Details

This is a Firm Fixed Price (FFP), IDIQ MACC. The contract will have a base year plus four (4) one-year option periods, totaling up to 60 months. The estimated total construction cost across all contracts is not to exceed $975,000,000. Individual projects under the MACC are estimated to range from $25,000,000 to $150,000,000. A minimum guarantee of $5,000 will be provided to each successful offeror. The NAICS code is 236220 with a $45M size standard. A Bid Guarantee of 20% of the bid price or $3,000,000 (whichever is less) is required. The Defense Priorities Allocation System (DPAS) Priority Rating is DO-C2.

Key Amendments & Revisions

Multiple amendments have been issued, significantly impacting the solicitation:

  • Proposal Due Date: Extended multiple times, now set for February 17, 2026, at 2:00 PM EST.
  • CMMC Requirements: CMMC Level 1 (Self) is required for the seed project at the time of award. CMMC unique identifiers (UIDs) are only required for the prime offeror at proposal submission, not subcontractors. Updated DFARS clauses (252.204-7021, 252.204-7025) and Section 00 73 00 - GENERAL REQUIREMENTS reflect these changes.
  • Past Performance: The required timeframe for completed projects under Factor 1 (Corporate Experience) has been extended to seven (7) years from the RFP issuance date.
  • Technical Revisions: Numerous revisions to drawings and specifications for the P-1538 SOF Armory project have been issued, including updates to civil, structural, and utility details, as well as changes related to settlement monitoring, stormwater control, and various specification sections.
  • PPI Responses: Several amendments have provided responses to Pre-Proposal Inquiries (PPIs), clarifying aspects such as PFAS-impacted groundwater dewatering, timber valuation, QC specialist roles, and specific CLIN scopes. A revised Wage Determination (NC20260010 dated Jan 2, 2026) has also been incorporated.

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, Management Approach, Safety, Past Performance, and Small Business Utilization and Participation. Price will be evaluated based on the total price for the seed project.

Submission Requirements

Proposals must be submitted electronically via PIEE. Offerors must acknowledge all amendments and ensure their proposals reflect the latest requirements. The primary contact for this opportunity is James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 13
Solicitation
Posted: Feb 17, 2026
View
Version 12Viewing
Solicitation
Posted: Feb 10, 2026
Version 11
Solicitation
Posted: Feb 9, 2026
View
Version 10
Solicitation
Posted: Jan 21, 2026
View
Version 9
Solicitation
Posted: Jan 6, 2026
View
Version 8
Solicitation
Posted: Dec 3, 2025
View
Version 7
Solicitation
Posted: Nov 12, 2025
View
Version 6
Solicitation
Posted: Oct 22, 2025
View
Version 5
Solicitation
Posted: Oct 16, 2025
View
Version 4
Solicitation
Posted: Sep 25, 2025
View
Version 3
Solicitation
Posted: Sep 16, 2025
View
Version 2
Solicitation
Posted: Aug 13, 2025
View
Version 1
Solicitation
Posted: Aug 6, 2025
View