IDIQ MACC FOR COMMERCIAL AND INSTITUTIONAL FACILITIES AT VARIOUS GOVERNMENT INSTALLATIONS IN SOUTHERN CALIFORNIA AND ARIZONA WITHIN THE NAVFAC SW AOR

SOL #: N6247324R0525Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM SOUTHWEST
SAN DIEGO, CA, 92132-0001, United States

Place of Performance

San Diego, CA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
Feb 3, 2026
2
Last Updated
Mar 11, 2026
3
Response Deadline
Feb 18, 2026, 10:00 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 SOUTHWEST is planning a Multiple Award Construction Contract (MACC) for commercial and institutional facilities at various government installations in Southern California and Arizona. This Indefinite Delivery Indefinite Quantity (IDIQ) opportunity is a Women-Owned Small Business (WOSB) total set-aside. The solicitation, utilizing two-phase design-build selection procedures, is expected to be posted on SAM.gov on or after February 18, 2026.

Scope of Work

This IDIQ contract will cover new construction, renovation, and repair projects for commercial and institutional facilities, executable via design-build or design-bid-build methods. Examples of relevant projects include airport buildings, offices, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks, prisons, fire stations, religious buildings, hotels, dining facilities, hospitals/medical facilities, warehouses, schools, and retail facilities. While the scope covers Southern California and Arizona, the majority of work is anticipated in Southern California.

Contract Details

  • Contract Type: Multiple Award Construction Contract (MACC) / Indefinite Delivery Indefinite Quantity (IDIQ)
  • Set-Aside: Total Women-Owned Small Business (WOSB)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 million size standard.
  • Estimated Awards: Approximately five (5) or more IDIQ contracts.
  • Maximum Value: $249,000,000 combined for all contracts (base and options).
  • Contract Duration: Two (2) year base period with three (3) one-year option periods, totaling a maximum of five (5) years.
  • Task Order Range: $100,000 to $7,000,000 (Firm Fixed Price). A minimum of $1,000 is guaranteed to each awardee.
  • CMMC: Compliance with the Cybersecurity Maturity Model Certification (CMMC) Program will be required.

Evaluation Factors

The procurement will use two-phase design-build selection procedures, with award based on best value, considering price and other factors. The Government intends to award without discussions.

  • Phase One Factors:
    • Factor 1: Technical Approach
    • Factor 2: Experience
    • Factor 3: Past Performance
    • Factor 4: Safety
  • Phase Two Factors (based on Proposed Task Order 0001):
    • Factor 5: Technical Solution
    • Factor 6: Price

Key Dates & Information

  • Solicitation Release: On or after February 18, 2026, on SAM.gov (Contract Opportunities).
  • Opportunity Type: Presolicitation
  • Published Date: February 3, 2026
  • SAM Registration: Required. Prospective offerors are strongly encouraged to start SAM registration early, especially for Joint Ventures, due to potential processing delays.
  • Contact: Michelle Barlow (michelle.g.barlow.civ@us.navy.mil, 619-705-4673).

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Mar 11, 2026
View
Version 3
Solicitation
Posted: Feb 23, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Feb 3, 2026
Version 1
Pre-Solicitation
Posted: Feb 3, 2026
View