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, NAVFACSYSCOM Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) for large-scale general construction projects within the NAVFAC Washington Area of Operations (AO), primarily in Washington D.C., Maryland, and Virginia. This Design-Build/Design-Bid-Build (DB/DBB) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract has a total Not-To-Exceed (NTE) value of $8 Billion over an eight-year ordering period. The competition is Full and Open, with an emphasis on small business subcontracting for large offerors. Proposals are due February 12, 2026, by 1400 Local Time.
Opportunity Details
This MACC will cover 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. The contract duration is an eight-year ordering period, comprising a two-year base period and two additional three-year option periods. Approximately nine IDIQ contracts are anticipated to be awarded, each with a minimum guarantee of $10,000. Individual task orders are expected to range from $15 Million to $1 Billion. The primary NAICS code is 236220, Commercial and Institutional Building Construction, with a $45 Million small business size standard.
Submission Requirements
Offerors must submit both a price and non-price proposal. Key requirements include:
- SAM.gov Registration: Current and active registration is mandatory.
- Financials: Signed bank reference, latest three complete fiscal year financial statements, and a description of facilities and equipment.
- Bonding: A bid bond (SF-24) of 20% of the seed project bid price or $3M (whichever is less), plus a letter from a bonding company confirming a single award bonding capacity of at least $250,000,000.
- Small Business Subcontracting Plan (SBSP): Required for large business offerors, based on the MACC NTE value, using the provided Attachment E template.
- Certifications: FAPIIS and VETS-4212 registration confirmation.
- Amendments: Acknowledge all issued amendments on a single-sided page within the price proposal.
- Joint Ventures: If applicable, the JV agreement must be submitted with specific entity details.
- Project Labor Agreements (PLAs): Clauses related to PLAs have been deleted and are not required.
Evaluation Criteria
Awards will be made to the responsible offeror whose proposal represents the best value to the Government, considering both price and non-price factors. Non-price factors include Management Approach, Corporate Experience, Past Performance, Safety, Small Business Utilization, and Project Specific Requirements (Seed Project). The Government intends to award without discussions, so offerors should submit their best offer initially.
Key Dates & Contacts
- Proposal Due Date: February 12, 2026, by 1400 Local Time.
- Primary Contact: Holly Snow, holly.r.snow.civ@us.navy.mil, (202) 907-9813.
- Secondary Contact: Molly Lawson, Molly.e.lawson.civ@us.navy.mil, 202-716-5845.