INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
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 soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). This unrestricted opportunity covers new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across California, Arizona, Nevada, Utah, Colorado, and New Mexico. The combined estimated value for all contracts is over $5 billion. Proposals are due by December 4, 2025, at 1400 Pacific Time.
Scope of Work
This MACC will procure construction services for new builds, renovations, and repairs utilizing design-build or design-bid-build methods. The focus is on Alternative Construction Methods (ACM), which include modular components, offsite prefabricated industrial construction, tension fabric structures, and pre-engineered metal or fiber reinforced panel buildings. Cross Laminated Timber (CLT) is confirmed as an acceptable ACM. While the geographic scope spans six states, the majority of work is anticipated in California.
Contract Details
- Contract Type: Unrestricted IDIQ Multiple Award Construction Contract (MACC) using a two-phase design-build selection procedure.
- Awards: Up to eight (8) IDIQ contracts are anticipated.
- Period of Performance: A basic contract period of two (2) years, with three (3) one-year option periods, for a total maximum duration of five (5) years.
- Estimated Value: Over $5,000,000,000 combined for all contracts.
- Task Orders: Firm fixed-price task orders will range between $15,000,000 and $250,000,000. A minimum of $1,000 is guaranteed to each awardee.
- NAICS Code: 236220 (General Construction) with a $45 million annual size standard.
- Set-Aside: Unrestricted, inviting full and open competition. Price evaluation preference will be given to HUBZone Small Business concerns.
Evaluation Factors
Award will be based on a best value determination, considering price and other factors through a two-phase evaluation:
- Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, Factor 4 - Safety.
- Phase Two: Factor 5 - Technical Solution (based on Proposed Task Order 0001), Factor 6 - Small Business Participation, Factor 7 - Price (based on Proposed Task Order 0001).
- The Government intends to award without discussions.
Submission Requirements & Clarifications
- Electronic Submission: Proposals must be submitted electronically via the DoD PIEE Suite. Submissions outside this system will not be considered.
- ACM Vendor Definition: An 'ACM Vendor' is a subcontractor or supplier whose primary role is the fabrication, assembly, and/or installation of ACM methods.
- Experience: For Factor 2, large businesses generally cannot use subcontractor experience. Offerors must submit up to five relevant projects (7-year relevancy, $15M minimum cost).
- Financial Questionnaire: Revised instructions allow direct submission to the Navy, supported by a financial institution letter.
- Cybersecurity: NIST SP 800-171 compliance is required at the time of bid submission. CMMC/CUI will not be required for the Phase II seed project.
- Amendments: Offerors are responsible for checking the website daily for amendments.
Deadlines & Contacts
- Proposal Due Date: December 4, 2025, at 1400 Pacific Time.
- Primary Contact: Shane Mahelona (shane.k.mahelona.civ@us.navy.mil)
- Secondary Contact: Britney Machado-Potestio (britney.l.machado-potestio.civ@us.navy.mil)