P475 Aircraft Maintenance Hangar
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 MID-ATLANTIC, is soliciting proposals for a Design-Bid-Build (DBB) project to construct the P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, SC. This project, estimated between $100M and $250M, involves building a multi-story hangar to support F-35B Joint Strike Fighter and legacy aircraft maintenance, alongside a multi-level parking facility. Proposals are due February 5, 2026, at 2:00 PM EST.
Scope of Work
The project encompasses the construction of a multi-story aircraft maintenance hangar, including high bay space, crew and equipment areas, administrative facilities, a Special Access Program Facility (SAPF), and Secure Internet Protocol Router Network (SIPRNET) capabilities. Due to site restrictions, a multi-level, reinforced concrete parking facility with approximately 400 spaces is also required. The construction will utilize precast concrete panels, metal panels, a reinforced concrete slab, structural steel framing, reinforced masonry walls, brick veneer, and a standing seam metal roof. Extensive detailed drawings cover architectural, structural, mechanical, electrical, plumbing, fire protection, telecommunications, site work, landscaping, hazardous materials abatement, and dewatering. A Justification and Approval document indicates the use of "brand name or equal" references for interior finishes to convey specific aesthetic requirements.
Contract Details
- Type: Firm-Fixed Price (FFP)
- Estimated Magnitude: $100,000,000 to $250,000,000
- Performance Period: 1280 calendar days for completion, following a 15-day notice to proceed.
- Set-Aside: Unrestricted for Full and Open Competition
- NAICS Code: 236220 ($45M Size Standard)
- Mandatory Requirements: Performance and Payment Bonds are required. A signed Project Labor Agreement (PLA) is mandatory for award.
Submission & Evaluation
Proposals will be evaluated using a tradeoff process, considering both price and non-price factors. Non-price factors include Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. Technical factors (1, 2, 3, 5) are of equal importance and, when combined, are approximately equal in importance to Past Performance (Factor 4). The combined non-price factors are approximately equal to price. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) system. Access to certain drawing volumes (2A, 2B, and Specifications Volume 5) requires completion of a DOD-CUI Non-Disclosure Agreement.
Key Attachments & Amendments
Recent amendments (0001, 0002, 0003) have updated wage determinations, site visit details (site visit held Jan 21, 2026), provided responses to Pre-Proposal Inquiries (PPIs), and incorporated an updated Price Proposal Form. Key forms for submission include Construction Experience Data Sheet, Past Performance Questionnaire, Historical Small Business Utilization, Small Business Participation Commitment Document (SBPCD), and an Individual Small Business Subcontracting Plan (for large businesses).
Contact Information
All correspondence should be directed via email to Amber Stovall (amber.k.stovall.civ@us.navy.mil) or by phone at 757-341-0146.