Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
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 (NAVFAC Washington) is soliciting proposals for a Multiple Award Construction Contract (MACC) for large-scale general construction projects. This Design-Build/Design-Bid-Build (DB/DBB) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract has a total Not-To-Exceed value of $8 Billion over an eight-year ordering period. The solicitation is conducted under Full and Open Competition, with an intent to use Small Business Reserves. Revised proposals are due May 1, 2026, by 1400 local time.
Scope of Work
This MACC covers a broad range of general construction services, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. Projects may involve civil, structural, mechanical, electrical, fire protection, and communication systems for various facilities such as administrative, industrial, maintenance, warehouses, hangars, and medical facilities. Work will be performed within NAVFAC Washington’s Area of Operations (AO), primarily in Washington D.C., Maryland, and Virginia.
The initial Seed Project (P-691 Phase II) involves the construction of a high-bay, steel-frame hangar at Naval Air Station Patuxent River, MD, including an aircraft parking apron and associated infrastructure.
Contract Details
- Contract Type: IDIQ Multiple Award Construction Contract (MACC)
- Competition: Full and Open Competition, with intent to use Small Business Reserves. Large businesses must submit a Small Business Subcontracting Plan.
- Estimated Awards: Approximately 9 Base IDIQ contracts.
- Total Value: Not-To-Exceed $8 Billion.
- Ordering Period: Eight years (2-year base + two 3-year option periods).
- NAICS Code: 236220 – Commercial and Institutional Building Construction (Size Standard: $45 Million).
- Product Service Code: Y1JZ - Construction Of Miscellaneous Buildings.
Submission & Evaluation
Proposals will be evaluated based on best value, considering both price and non-price factors, including Management Approach, Corporate Experience, Past Performance, Safety, Small Business Utilization, and Project Specific Requirements (Seed Project). The government intends to award without discussions, but revised proposals will conclude discussions and serve as Final Proposal Revisions (FPR).
Key Submission Requirements:
- Price and Non-Price Proposals: Both are required. Non-price proposals previously submitted do not need resubmission unless desired.
- Bid Bond: 20% of the seed project bid price or $3M (whichever is less).
- Bonding Capacity Letter: From bonding company confirming a single award capacity of at least $250,000,000.
- Financial Information: Signed bank reference, latest three fiscal year financial statements, and description of facilities/equipment for responsibility determination.
- Registrations: Current SAM.gov registration, FAPIIS Certification, and VETS-4212 Registration.
- Small Business Subcontracting Plan: Required for large business offerors.
- Critical Path Schedule: For Non-Price Factor 6, demonstrating understanding of the seed project work, including base and option CLINs, logical sequence, and major milestones.
- Electronic Submission: Via PIEE.
- Amendment Acknowledgment: Acknowledge all issued amendments on a single-sided page within price proposals.
Key Amendments & Updates
- Amendment 0040 (April 27, 2026): Extended the proposal due date to May 1, 2026. Incorporated numerous FAR clause revisions due to a "Revolutionary FAR Overhaul" across Sections 00 2100, 00 45 00, and 00 72 00.
- Amendment 0041 (April 29, 2026): Added new clause FAR 52.222-90, "Addressing DEI Discrimination by Federal Contractors (Deviation Apr 2026)" to Section 00 72 00.
- Amendment 0039 (April 21, 2026): Revised Non-Price Factor 6 requirements for the schedule and updated Attachments D (Past Performance Questionnaire) and H (P-691 Price Proposal Form REV04202026).
- Amendment 0026 (September 24, 2025): Removed all clauses related to Project Labor Agreements (PLAs), revising Section 00 21 00 and updating the Wage Determination. This supersedes previous PLA requirements.
Contact Information
- 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