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 projects primarily support the Shipyard Infrastructure Optimization Program (SIOP) at Portsmouth Naval Shipyard (PNSY), Kittery, ME, and Norfolk Naval Shipyard (NNSY), Portsmouth, VA. The estimated magnitude of construction is $25,000,000 to $100,000,000. This is an unrestricted acquisition with full and open competition. Proposals are due March 6, 2026, at 1400.
Scope of Work
This MACC covers heavy waterfront and industrial building type projects, including dry docks, wharves, piers, bulkheads, industrial facilities, utilities, and infrastructure, encompassing both vertical and horizontal construction. Contractors will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation. The "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. Detailed specifications (Volumes 1, 2, 3) and drawings (Volumes 1a, 1b, 2a, 2b, AMD 004) are provided for the B60 repairs, along with an Internal Services Requirements List (ISRL) and a Furniture, Fixtures & Equipment (FF&E) package.
Contract Details
- Contract Type: Multiple Award Construction Contract (MACC), Indefinite Delivery Indefinite Quantity (IDIQ).
- Awards: Up to five (5) awards are anticipated.
- Period of Performance: November 23, 2026, to November 22, 2031.
- NAICS Code: 237990, Other Heavy and Civil Engineering Construction, with a size standard of $45,000,000.
- Set-Aside: Unrestricted, Full and Open Competition.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation Module. Offerors must ensure their information systems meet Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) or higher, have a current affirmation in SPRS, and provide CMMC unique identifiers (UIDs) in their proposals. Evaluation will follow a best value tradeoff process, considering price and non-price factors including Corporate Experience (Factor 1A), Safety, Management Approach, Schedule, Small Business Utilization (Factor 5), and Past Performance.
- Small Business Subcontracting: Mandatory Small Business Participation Commitment Document (SBPCD) (Attachment E AMD 0004) requires a minimum of 20% total small business subcontracting. Large businesses must also submit an Individual Small Business Subcontracting Plan (Attachment F AMD 0004). Historical Small Business Utilization (Attachment D AMD 0004) is required for Factor 5 evaluation.
- Key Forms: Construction and Design Experience Project Data Sheet (Attachment A AMD 0004) and Past Performance Questionnaire (Attachment C) are critical for demonstrating qualifications.
- Proposal Due Date: March 6, 2026, at 1400.
Amendments & Key Changes
- Amendment 0002 changed the proposal due date from March 7, 2026, to March 6, 2026.
- Amendment 0004 addressed Pre-Proposal Inquiries, modified CLIN dates, and extended the "Begin Delivery Lead Time Duration" from 15 to 45 Calendar Days. It also updated several attachments related to experience, small business utilization, and the price schedule.
- Amendment 0005 included the site visit log, confirming the March 6, 2026, 1400 proposal due date. A site visit was conducted on February 5, 2026.