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, has issued Solicitation N6247026R0012 for a Multiple Award Construction Contract (MACC) for Design-Build (DB) and Design-Bid-Build (DBB) projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract covers new construction, renovation, alteration, and repair for large general, industrial, and waterfront construction projects primarily at Portsmouth Naval Shipyard (PNSY), Kittery, ME, and Norfolk Naval Shipyard (NNSY), Portsmouth, VA, in support of the Shipyard Infrastructure Optimization Program (SIOP). The estimated magnitude of construction is $25,000,000 to $100,000,000, with up to five (5) awards anticipated. Proposals are due by April 02, 2026.
Scope of Work
The contract encompasses heavy waterfront and industrial building type projects, including dry docks, wharves, piers, bulkheads, industrial facilities, utilities, and infrastructure, covering both vertical and horizontal construction. Contractors will be responsible for all necessary labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation. The initial "seed" project is the B60 Nuclear Containments Production Facility Consolidation at PNSY, involving a major overhaul and renovation of Building 60, including an interior elevator tower. Detailed drawings (Att. K, L, M, N, AA) and specifications (Att. H, I, J, BB) outline the extensive requirements for structural, architectural, mechanical, electrical, fire protection, and hazardous material abatement work. An Internal Services Requirements List (Att. R AMD 0004) details equipment and finishes.
Contract Details & Requirements
- Contract Type: Multiple Award Construction Contract (MACC), Indefinite Delivery Indefinite Quantity (IDIQ).
- Set-Aside: Unrestricted / Full and Open Competition.
- NAICS Code: 237990, Other Heavy and Civil Engineering Construction, with a $45,000,000 size standard.
- Period of Performance: November 23, 2026, to November 22, 2031.
- Estimated Value: $25,000,000 to $100,000,000.
- Small Business Participation: While unrestricted, the solicitation includes specific small business subcontracting targets (SB - 40%, HUBZone SB - 3%, SDVOSB - 5%, SDB - 5%, WOSB - 9%). Offerors must complete the mandatory Small Business Participation Commitment Document (Att. E AMD 0004) demonstrating a minimum 20% total SB subcontracting commitment for Factor 5 evaluation. Large businesses must also submit an Individual Small Business Subcontracting Plan (Att. F AMD 0004).
- Cybersecurity: Compliance with CMMC Level 1 (Self) or higher is required, and offerors must provide CMMC unique identifiers (UIDs) in their proposals.
- 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.
- Project Labor Agreement: FAR 52.222-34, Project Labor Agreement (Deviation) (Alternate II) has been incorporated.
Submission & Evaluation
- Proposal Due Date: April 02, 2026, by 6:00 PM ET.
- Submission Method: Electronically via the PIEE Solicitation Module. Instructions for PIEE vendor access are provided (Att. G).
- Evaluation: Proposals will be evaluated using a best value tradeoff process, considering both price and non-price factors, including Corporate Experience (Att. A AMD 0004), Safety, Management Approach, Schedule, Small Business Utilization, and Past Performance (Att. C).
- Pre-Proposal Inquiries: No further inquiries will be considered. Responses to previous inquiries are available (Att. Y AMD 0004).
- Site Visit: A site visit was conducted on February 5, 2026.