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) contract for the P-475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves the construction of a multi-story aircraft maintenance hangar, an Operational Support Facility (OSF)/Shop Annex, and a three-story parking garage. The estimated magnitude of this Firm-Fixed Price (FFP) contract is $100,000,000 to $250,000,000. Proposals are due by February 19, 2026, at 2:00 PM EST.
Scope of Work
The comprehensive scope includes the demolition of existing facilities (Hangar No. 414, Building No. 727) and the construction of a new Aircraft Maintenance Hangar, an OSF/Shop Annex, and a 176,431 GSF parking garage with 500 spaces. Ancillary work covers utilities, pavements, fencing, and airfield apron improvements. The project incorporates a Special Access Program Facility (SAPF) and Secure Internet Protocol Router Network (SIPRNET) capabilities. Sustainability is a key focus, requiring compliance with High Performance and Sustainable Building (HPSB) Guiding Principles, including energy efficiency (30.7% below baseline), water conservation, low-emitting materials, and a 60% waste diversion target. Detailed plans cover structural, mechanical, electrical, plumbing, fire protection, telecommunications, and landscaping systems for all new facilities. Hazardous material handling procedures are also specified.
Contract & Timeline
- Contract 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 (Construction Of Miscellaneous Buildings)
- Response Due: February 19, 2026, 2:00 PM EST
- Published Date: February 4, 2026 (latest amendment)
Evaluation & Submission
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 (Corporate Experience, Management Approach, Safety, Small Business Utilization) are equally important and, when combined, are approximately equal to Past Performance. The combined non-price factors are approximately equal to price. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) platform.
Special Requirements & Notes
A Project Labor Agreement (PLA) is mandatory for award. Performance and Payment Bonds are required. Offerors must be aware of updated Cybersecurity Maturity Model Certification (CMMC) Level requirements as modified in Amendment 0005. Access to Drawings Volumes 2A, 2B, and Specifications Volume 5 requires completion of a DOD-CUI Non-Disclosure Agreement. The latest amendment (0005) also incorporated responses to Pre-Proposal Inquiries (PPIs), revised drawings, specifications, and an updated Price Proposal Form.