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

SOL #: N6247026R0012Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM ATLANTIC
NORFOLK, VA, 23508-1278, United States

Place of Performance

Kittery, ME

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Other Non Building Facilities (Y1PZ)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 12, 2025
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 6, 2026, 7:00 PM

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 projects primarily support large general, industrial, and waterfront construction at Portsmouth Naval Shipyard (PNSY), Kittery, ME, and Norfolk Naval Shipyard (NNSY), Portsmouth, VA, under the Shipyard Infrastructure Optimization Program (SIOP). Proposals are due March 6, 2026.

Opportunity Overview

This MACC aims to secure up to five (5) contractors for a broad range of construction services. 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.

Scope of Work

The contract encompasses heavy waterfront and industrial building type projects, such as dry docks, wharves, piers, bulkheads, industrial facilities, utilities, and infrastructure, covering both vertical and horizontal construction. Contractors will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation. Specific work for the B60 project includes:

  • Architectural and Engineering: Detailed drawings for existing conditions, removals, structural elements, hazardous materials management, and site constraints.
  • Mechanical and Fire Protection: Installation, removal, and integration of systems, including detailed equipment schedules.
  • Electrical, Telecommunications, and Security: Infrastructure, wiring, equipment, and system installations.
  • Equipment and Finishes: Inventory, replacement, and new installations for various facility components.
  • Hazardous Materials: Abatement and removal of asbestos-containing materials (ACM) and lead, cadmium, and chromium (LCM).
  • Pricing Schedule: Includes base bid items and options for Furniture, Fixtures & Equipment (FF&E), Industrial Equipment, Electronic Security Systems (ESS), and various repairs/upgrades.

Contract Details

  • Contract Type: Multiple Award Construction Contract (MACC), Indefinite Delivery Indefinite Quantity (IDIQ).
  • Duration: November 23, 2026, to November 22, 2031.
  • Estimated Magnitude: $25,000,000 to $100,000,000.
  • Number of Awards: Up to five (5).
  • NAICS Code: 237990, Other Heavy and Civil Engineering Construction, with a $45,000,000 size standard.
  • Set-Aside: Unrestricted, Full and Open Competition.
  • Cybersecurity: Requires compliance with CMMC Level 1 (Self) or higher, with a current affirmation of continuous compliance in SPRS prior to award. Offerors must provide CMMC unique identifiers (UIDs) in proposals.

Submission & Evaluation

  • Proposal Due Date: March 6, 2026, by 02:00 PM local time.
  • Submission Method: Electronically via the PIEE Solicitation Module.
  • Evaluation: A tradeoff process will be used, considering both price and non-price factors for best value. Non-price factors include Corporate Experience, Safety, Management Approach, Schedule, Small Business Utilization, and Past Performance.
  • Bonds: A bid bond of 20% of the total project bid price or $3M (whichever is less) is required. Performance and Payment Bonds are required within 10 calendar days after award.
  • Small Business Utilization: A mandatory Small Business Participation Commitment Document (SBPCD) (Attachment E) requires a minimum of 20% total small business subcontracting. Large businesses must submit an Individual Small Business Subcontracting Plan (Attachment F).
  • Experience & Past Performance: Offerors must submit a Construction & Design Experience Project Data Sheet (Attachment A) for up to five construction and five design projects. A Past Performance Questionnaire (PPQ) (Attachment C) is required if a CPARS evaluation is unavailable.

Key Dates & Actions

  • Site Visit: A site visit was scheduled for February 5, 2026, at 0900. Attendees required specific forms (DBIDS Access Request Form, SF 5512) and PPE.
  • Pre-Proposal Inquiries (PPIs): Responses to PPIs have been issued via amendments, clarifying various aspects of the solicitation.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Solicitation
Posted: Mar 13, 2026
View
Version 7
Solicitation
Posted: Mar 5, 2026
View
Version 6
Solicitation
Posted: Feb 17, 2026
View
Version 5
Solicitation
Posted: Feb 5, 2026
View
Version 4Viewing
Solicitation
Posted: Jan 29, 2026
Version 3
Solicitation
Posted: Jan 21, 2026
View
Version 2
Solicitation
Posted: Dec 23, 2025
View
Version 1
Solicitation
Posted: Dec 12, 2025
View