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). This Unrestricted opportunity covers general construction services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR, including North Carolina and South Carolina. The total estimated value across all contracts is not to exceed $975,000,000. The proposal due date is March 10, 2026, at 2:00 PM EDT.
Scope of Work
This MACC will primarily involve 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. Projects may range from administrative and industrial facilities to warehouses, hangars, and various support structures.
The seed project for this solicitation is the P-1538 SOF Armory located at the MARSOC Complex, Stone Bay, MCB Camp Lejeune, North Carolina. This project involves the construction of a new SOF Armory building, along with supporting site infrastructure extensions, distribution, and improvements for domestic water, sanitary sewer, and communication utilities. Detailed drawings and specifications for the P-1538 project, including architectural, structural, electrical, plumbing, mechanical, fire alarm/suppression, and AV systems, have been provided and updated through various amendments.
Contract Details
- Contract Type: Firm Fixed Price (FFP), IDIQ MACC
- Period of Performance: Base year plus four (4) one-year option periods, not to exceed 60 months total.
- Estimated Total Construction Cost (all contracts): Not to exceed $975,000,000.
- Estimated Construction Cost per Project: 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 with a size standard of $45M.
Evaluation & Submission
Proposals will be evaluated based on a "best value" tradeoff process, considering both price and non-price factors.
- Non-Price Factors: Corporate Experience (projects completed within the past seven (7) years from RFP issuance date), Management Approach, Safety, Past Performance, and Small Business Utilization and Participation.
- Small Business Participation: Offerors must complete Attachment F (Small Business Participation Commitment Document), with a minimum total small business subcontracting requirement of 20%. Large businesses must also submit Attachment G (Small Business Subcontracting Plan).
- 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 the time of proposal, not for subcontractors.
- Price: Will be evaluated based on the total price for the seed project, using the revised Attachment J - Price Proposal Form.
- Submission Method: Electronic submission via PIEE.
- Proposal Due Date: March 10, 2026, at 2:00 PM EDT.
- Bid Guarantee: 20% of the bid price or $3,000,000, whichever is less.
Key Amendments & Revisions
Numerous amendments have been issued, primarily extending the proposal due date and providing technical clarifications.
- Proposal Due Date: Extended multiple times, most recently to March 10, 2026, by Amendment 0012.
- Evaluation Criteria: Corporate Experience timeframe for completed projects extended to seven (7) years (Amendment 0002, 0008).
- CMMC: Clarified CMMC Level 1 (Self) requirement for the seed project at award, and prime-only UID submission at proposal (Amendment 0010, 0011).
- Technical Revisions: Extensive updates to drawings and specifications for the P-1538 SOF Armory seed project, covering civil, architectural, structural, electrical, plumbing, mechanical, and AV systems, as detailed in Technical Amendments 0001, 0003, and Amendment 0004 revisions narratives. These include changes to site plans, grading, utility details, stormwater control, and various building components.
- Wage Determination: Revised Wage Determination NC20260010 dated January 2, 2026, was incorporated (Amendment 0008).
Contact Information
For all correspondence, contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999.