MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
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 ATLANTIC is soliciting proposals for a Multiple Award Construction Contract (MACC) for Design-Build (DB) and Design-Bid-Build (DBB) new construction, renovation, alteration, and repair projects. These large general, industrial, and waterfront construction projects will primarily support the Shipyard Infrastructure Optimization Program (SIOP) at Portsmouth Naval Shipyard (PNSY), Kittery, ME, and Norfolk Naval Shipyard (NNSY), Portsmouth, VA. Proposals are due by April 30, 2026.
Purpose & Scope
This MACC aims to secure services for heavy waterfront and industrial building type projects, including dry docks, wharves, piers, bulkheads, industrial facilities, utilities, and infrastructure, encompassing both vertical and horizontal construction. The initial "seed" project is the B60 Nuclear Containments Production Facility Consolidation at PNSY, Kittery, Maine, involving a major overhaul and renovation of Building 60, including an interior elevator tower.
Contract Details
This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with an estimated magnitude of $25,000,000 to $100,000,000. The period of performance is from November 23, 2026, to November 22, 2031. The Government anticipates making up to five (5) awards.
Set-Aside & Eligibility
This acquisition is being solicited on an unrestricted basis with Full and Open Competition. The applicable NAICS code is 237990, Other Heavy and Civil Engineering Construction, with a size standard of $45,000,000. Small business subcontracting targets include 40% for Small Business (command-wide), 20% for Factor 3 (total contract value), 3% for HUBZone SB, 5% for Service-Disabled Veteran-Owned Small Business (SDVOSB), 5% for Small Disadvantaged Business, and 9% for Woman-Owned Small Business (WOSB).
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation Module. The award will be based on a best value tradeoff process, considering both price and non-price factors. Non-price factors include Corporate Experience (projects completed within the last 7 years and at least 75% complete), Safety, Management Approach, Schedule, Small Business Utilization, and Past Performance. Offerors must comply with CMMC Level 1 (Self) or higher and provide CMMC unique identifiers. A bid bond of 20% of the total project bid price or $3M (whichever is less) is required, with Performance and Payment Bonds due within 10 calendar days after award. FAR 52.222-34 (Project Labor Agreement) and FAR 52.225-11 (Buy American) apply.
Key Amendments
The proposal due date has been extended multiple times, with the latest extension to April 30, 2026. Numerous amendments have also provided clarifications to Pre-Proposal Inquiries (PPIs), revised specifications, drawings, and updated pricing schedules. Bidders must review all amendments, particularly Amendment 0011, for the most current requirements.