IDIQ MACC FOR COMMERCIAL AND INSTITUTIONAL FACILITIES AT VARIOUS GOVERNMENT INSTALLATIONS IN SOUTHERN CALIFORNIA AND ARIZONA WITHIN THE NAVFAC SW 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 SOUTHWEST, is preparing to solicit proposals for a Multiple Award Construction Contract (MACC) under an Indefinite Delivery Indefinite Quantity (IDIQ) structure. This opportunity is a Total Set-Aside for Women-Owned Small Business (WOSB) concerns and seeks to award approximately five or more contracts for commercial and institutional facilities construction, renovation, and repair in Southern California and Arizona. The Request for Proposal (RFP) is anticipated to be released on or after February 18, 2026.
Scope of Work
This MACC will cover new construction, renovation, and/or repair projects for commercial and institutional facilities at various Government installations, primarily in Southern California. Work will be executed via two-phase design-build or design-bid-build task orders. Examples of relevant projects include airport buildings, office/administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital/medical facilities, warehouse facilities, school facilities, and retail facilities.
Contract & Timeline
- Contract Type: IDIQ MACC (Firm Fixed-Price task orders)
- Set-Aside: Women-Owned Small Business (WOSB)
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 million size standard.
- Duration: Two (2) year base period with three (3) one-year option periods, for a total maximum duration of five (5) years.
- Estimated Maximum Value: $249,000,000 combined for all contracts.
- Task Order Range: $100,000 to $7,000,000 (may fall outside this range).
- Minimum Guarantee: $1,000 per awardee.
- RFP Release: On or after February 18, 2026.
Evaluation
Award will be based on a two-phase design-build selection procedure, with proposals evaluated without discussions. Selection will be made to the offeror(s) whose proposal is most advantageous and offers the best value to the Government, considering price and other factors.
- Phase One Factors: Technical Approach, Experience, Past Performance, and Safety.
- Phase Two Factors: Technical Solution (based on Proposed Task Order 0001) and Price (based on Proposed Task Order 0001).
Additional Notes
Prospective offerors must be registered in the System for Award Management (SAM) database and meet WOSB requirements. SAM registrations are currently taking longer than usual; early registration is highly encouraged. The solicitation will be available in electronic format only on SAM.gov. Offerors are responsible for checking the website daily for amendments.