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 opportunity has an estimated magnitude between $100,000,000 and $250,000,000. The proposal due date has been extended to February 26, 2026, at 2:00 PM EST.
Scope of Work
The project involves the demolition of existing facilities and the construction of a new multi-story Aircraft Maintenance Hangar, an Operational Support Facility (OSF)/Shop Annex, and a three-story parking garage with approximately 500 spaces. The hangar will support 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.
Ancillary work includes utilities, pavements, fencing, airfield apron improvements, and pre-engineered framed fabric structures. The project emphasizes sustainability, requiring compliance with High Performance and Sustainable Building (HPSB) Guiding Principles, energy efficiency, water conservation, and waste diversion targets. Detailed specifications cover structural, plumbing, electrical, mechanical, landscape, and telecommunications systems, as well as hazardous materials handling and a dewatering treatment concept.
Contract Details
- 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)
- Size Standard: $45,000,000
- Bonds: Performance and Payment Bonds are required.
Submission & Evaluation
Proposals are due February 26, 2026, at 2:00 PM EST and must be submitted electronically via the PIEE platform. The evaluation will use a tradeoff process, considering 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, Safety, Small Business Utilization) are collectively approximately equal in importance to Past Performance, and all non-price factors combined are approximately equal to price. A Project Labor Agreement (PLA) is mandatory for award. Offerors must complete the Small Business Participation Commitment Document (Attachment E) and large businesses must submit an Individual Small Business Subcontracting Plan (Attachment F).
Key Amendments & Notes
Several amendments have been issued, with the latest (Amendment 0007) extending the proposal due date. Amendment 0005 modified FAR Clause 252.204-7021 regarding Cybersecurity Maturity Model Certification (CMMC) Level Requirements. Access to certain drawings (Volumes 2A, 2B, and 5) requires completion of a DOD-CUI Non-Disclosure Agreement (Attachment I). A site visit was held on January 21, 2026.