Multiple Award Construction Contract (MACC) - Large Scale Military Projects
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 WASHINGTON is soliciting proposals for a Multiple Award Construction Contract (MACC) for Large Scale Military Projects within the NAVFAC Washington Area of Operations (AO), encompassing Washington D.C., Maryland, and Virginia. This is a Design-Build/Design-Bid-Build (DB/DBB) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a total Not-To-Exceed (NTE) value of $8 Billion over an eight-year ordering period. The solicitation is conducted under Full and Open Competition. Proposals are due April 28, 2026.
Scope of Work
This MACC covers a broad range of general construction projects, including new construction, demolition, repair, alteration, and renovation of various facilities such as administrative, industrial, maintenance, warehouses, hangars, communications, medical, and training facilities. Projects may involve civil, structural, mechanical, electrical, fire protection, and communication systems. The initial Seed Project (P-691 Phase II) is a Design-Bid-Build effort for the PAX River Aircraft Development and Maintenance Facility, featuring a high-bay, steel-frame hangar, aircraft parking apron, and requiring the Safespill ILDFA Fire Suppression System. The seed project has an estimated construction duration of 801 days.
Contract Details
- Contract Type: IDIQ Multiple Award Construction Contract (MACC), Design-Build/Design-Bid-Build (DB/DBB)
- Duration: 8-year ordering period (2-year base + two 3-year options)
- Total Value: Not-To-Exceed (NTE) $8 Billion across all awarded contracts
- Task Orders: Expected to range from $15 Million to $1 Billion. Approximately 9 Base IDIQ Contract Awards are anticipated, each with a $10,000 minimum guarantee.
- Set-Aside: Full and Open Competition. The Government intends to use Small Business Reserves, and Large Business Offerors are required to submit an acceptable small business subcontracting plan.
- NAICS: 236220 – Commercial and Institutional Building (Small Business Size Standard = $45 Million)
Submission & Evaluation
- Proposal Due Date: April 28, 2026, at 1400 local time. This deadline is for revised proposals, concluding discussions and serving as Final Proposal Revisions (FPR).
- Submission Method: Electronic submission via the PIEE system. Offerors must be registered in SAM.gov, and Joint Ventures require a separate UEI.
- Evaluation Factors: Proposals will be evaluated based on Management Approach, Corporate Experience, Past Performance, Safety, Small Business Utilization, and Project Specific Requirements (Seed Project). Award will be made to the responsible Offeror representing the best value, with the intent to award without discussions.
- Key Proposal Requirements:
- SF1442 and a cover page with detailed company information.
- Completed Price Proposal Form for the Seed Project (Attachment H, REV04202026).
- Bid Bond (20% of seed project bid or $3M, whichever is less) and a letter confirming a single award bonding capacity of at least $250,000,000.
- Current SAM.gov registration, FAPIIS certification, and VETS-4212 registration.
- Joint Venture Agreement details (if applicable).
- Small Business Subcontracting Plan (SBSP) for non-small businesses (using Attachment E template).
- For responsibility determination: signed bank reference, latest three fiscal year financial statements, and a description of facilities/equipment.
- Non-Price Factor 6 requires a Critical Path Schedule demonstrating understanding of the work (CLINs 0001-0006), logical sequence, and major milestones.
Key Amendments & Clarifications
Numerous amendments have extended the proposal due date and clarified requirements. Notably, clauses related to Project Labor Agreements (FAR 52.222-33 and 52.222-34) have been deleted. Offerors must ensure their proposals incorporate all updated attachments and FAR clauses, as detailed in Amendment 0039.
Contacts
- Primary: Holly Snow (holly.r.snow.civ@us.navy.mil, (202) 907-9813)
- Secondary: Molly Lawson (Molly.e.lawson.civ@us.navy.mil, 202-716-5845)