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 P-475 Aircraft Maintenance Hangar at Marine Corps Air Station (MCAS) Beaufort, South Carolina. This unrestricted, full and open competition opportunity has an estimated magnitude of $100,000,000 to $250,000,000. Proposals are due by February 19, 2026, at 2:00 PM EST.
Scope of Work
The project involves the demolition of existing facilities (Hangar No. 414, Building No. 727) and the construction of a new multi-story Aircraft Maintenance Hangar, an Operational Support Facility (OSF)/Shop Annex, and a three-story parking garage (approx. 500 spaces). Ancillary work includes airfield apron improvements, utilities, pavements, and fencing. The hangar will accommodate F-35B Joint Strike Fighter (JSF) Training Squadron and legacy aircraft maintenance operations, including high bay space, crew and equipment areas, administrative spaces, a Special Access Program Facility (SAPF), and Secure Internet Protocol Router Network (SIPRNET) capabilities. Sustainability requirements include compliance with High Performance and Sustainable Building (HPSB) Guiding Principles, targeting 30.7% energy efficiency below baseline, water conservation, low-emitting materials, and a 60% waste diversion. Specific procedures for handling hazardous materials like lead, cadmium, or chromium are also outlined.
Contract Details
This is a Firm-Fixed Price (FFP) contract with an estimated performance period of 1280 calendar days for completion, following a 15-day notice to proceed. Performance and Payment Bonds are required. The NAICS code is 236220 (Construction Of Miscellaneous Buildings) with a size standard of $45,000,000.
Submission & Evaluation
Proposals will be evaluated using a tradeoff process, considering both price and non-price factors. Non-price factors, including Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation, are approximately equal in importance to price. Technical factors (Corporate Experience, Management Approach and Schedule, Safety, Small Business Utilization and Participation) are of equal importance and, when combined, are approximately equal to Past Performance. A Project Labor Agreement (PLA) is mandatory for award. Proposals must be submitted electronically via PIEE. Access to Drawing Volumes 2A, 2B, and Specifications Volume 5 requires completion of a DOD-CUI Non-Disclosure Agreement. Large businesses must submit an Individual Small Business Subcontracting Plan, and all offerors must complete the Small Business Participation Commitment Document (SBPCD) with a minimum 20% total small business subcontracting requirement.
Amendments & Key Updates
Multiple amendments have been issued, with the latest (Amendment 0006, posted Feb 13, 2026) incorporating responses to Pre-Proposal Inquiries, revised drawings (architectural, structural for Vol 2A and Vol 3), and revised specifications (e.g., concrete admixtures, structural steel, hangar door deflection, pre-engineered fabric structures). Amendment 0005 updated FAR clauses, modified CMMC requirements, and provided a revised Price Proposal Form. The proposal due date of February 19, 2026, at 2:00 PM EST has been consistently confirmed across recent amendments.