P475 Aircraft Maintenance Hangar

SOL #: N4008526R0148Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Beaufort, SC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 22, 2025
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 19, 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 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, valued between $100,000,000 and $250,000,000, is for a multi-story hangar and a multi-level parking facility. Proposals are due by February 19, 2026, at 2:00 PM EST.

Scope of Work

This project involves the construction of a multi-story aircraft maintenance hangar designed to support F-35B Joint Strike Fighter (JSF) Training Squadron and legacy aircraft operations. Key components include:

  • Hangar Facility: High bay space, crew and equipment areas, administrative spaces, a Special Access Program Facility (SAPF), and Secure Internet Protocol Router Network (SIPRNET) capabilities. Construction will utilize precast concrete panels, metal panels, reinforced concrete slab, structural steel framing, reinforced masonry walls, brick veneer, and a standing seam metal roof.
  • Parking Facility: A multi-level, reinforced concrete parking garage with approximately 400 spaces, necessitated by site restrictions.
  • Associated Infrastructure: Includes detailed architectural, structural, mechanical, electrical, plumbing, fire suppression, telecommunications, site, and landscape work. This also covers hazardous material abatement, site preparation, utility systems (storm, sanitary, fire suppression), and exterior signage.
  • Optional Items: The price proposal form includes options for an Operational Support Facility/Hangar Annex, Photovoltaic Panels, foam fire suppression system replacement, and Furniture, Fixtures, and Equipment (FF&E)/Audio Visual (A/V) systems.

Contract Details

  • Type: Firm-Fixed Price (FFP) Design-Bid-Build Solicitation.
  • Estimated Magnitude: $100,000,000 to $250,000,000.
  • Performance Period: 15 calendar days for Notice to Proceed (NTP) after award, followed by 1280 calendar days for completion.
  • Bonds: Performance and Payment Bonds are required.
  • Project Labor Agreement (PLA): Mandatory for award, as this is a "Large-scale Construction Project" per FAR 22.502.

Submission & Evaluation

  • Competition: Unrestricted for Full and Open Competition.
  • NAICS Code: 236220 (Construction Of Miscellaneous Buildings), Size Standard: $45,000,000.
  • Evaluation: Award will be based on a tradeoff process considering price and non-price factors. Non-price factors (Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation) are approximately equal in importance to price. Technical factors (1, 2, 3, 5) are of equal importance and, when combined, are approximately equal to Past Performance (Factor 4).
  • Submission Method: Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) platform. Instructions for PIEE vendor access are provided.
  • Required Forms: Bidders must submit a Past Performance Questionnaire (PPQ), Construction Experience Data Sheet, and for large businesses, an Individual Small Business Subcontracting Plan. All offerors must complete the Small Business Participation Commitment Document (SBPCD).

Key Attachments & Notes

  • Drawing Volumes 2A, 2B, and Specifications Volume 5 will not be posted online and require a DOD-CUI Non-Disclosure Agreement for access.
  • An updated Price Proposal Form (Attachment G) and responses to Pre-Proposal Inquiries (PPIs) have been issued via amendments.
  • A Site Visit Log is available, recording attendees from a January 21, 2026 site visit.

Important Dates & Contacts

  • Proposal Due Date: February 19, 2026, at 2:00 PM EST.
  • Published Date: January 27, 2026.
  • Primary Contact: AMBER STOVALL (amber.k.stovall.civ@us.navy.mil, 7573410146).

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
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
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Feb 19, 2026
View
Version 9
Solicitation
Posted: Feb 13, 2026
View
Version 8
Solicitation
Posted: Feb 13, 2026
View
Version 7
Solicitation
Posted: Feb 4, 2026
View
Version 6Viewing
Solicitation
Posted: Jan 27, 2026
Version 5
Solicitation
Posted: Jan 26, 2026
View
Version 4
Solicitation
Posted: Jan 21, 2026
View
Version 3
Solicitation
Posted: Jan 7, 2026
View
Version 2
Solicitation
Posted: Dec 22, 2025
View
Version 1
Solicitation
Posted: Dec 22, 2025
View