NMACC_III_Justification_Approval_Award_Modification
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 Homeland Security (DHS) Office of Contracting and Procurement – Shore Infrastructure (CG-SHORE-C) has issued a Justification and Approval (J&A) for a modification to the National Multiple Award Construction Contract (NMACC) III Indefinite Delivery, Indefinite Quantity (IDIQ) vehicle. This action increases the total aggregated contract ceiling from $4 billion to $12.25 billion to accommodate significant funding for construction and repair projects.
Scope of Work
Contractors under the NMACC III IDIQ provide new construction, renovation, and repairs for commercial and institutional facilities at DHS installations across all 50 U.S. states, Puerto Rico, Guam, and the U.S. Virgin Islands. This includes waterfront structures, housing, medical complexes, administrative buildings, and other facility types. Work may also involve specialty trades and infrastructure repairs resulting from extreme weather events. Task orders are competed as Design Build or Design Bid Build among existing NMACC III IDIQ holders.
Contract & Timeline
- Vehicle: NMACC III IDIQ, consisting of 27 separate contracts across three pools.
- Modification: Increases aggregate contract ceiling from $4,000,000,000.00 to $12,250,000,000.00.
- Modification Date: January 21, 2026.
- Published: February 5, 2026.
- Contract Expiration: Pool 1 (Sept 28, 2033), Pool 2 (Aug 20, 2034), Pool 3 (Aug 12, 2034).
- Place of Performance: Norfolk, VA (primary office location, but work is nationwide).
Purpose of Modification
The ceiling increase is necessary to support mission-critical design-build construction projects and modifications to existing task orders. It facilitates the timely obligation of significant funding received through disaster supplemental appropriations and the One Big Beautiful Bill Act, which must be obligated before September 30, 2029. The modification does not extend the contract period of performance, and all other terms and conditions remain unchanged.
Eligibility / Set-Aside
The NMACC III IDIQ was originally awarded through full and open competition. Task orders issued against this vehicle will continue to be competed on a fair opportunity basis among all NMACC III contract holders within the identified pool for the specific project.
Additional Notes
This announcement is supported by an attached Justification and Approval (J&A) document. The statutory authority cited is 10 U.S.C. § 3204(a)(1), implemented by FAR Subpart 6.103-1, for "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Reasons for this approach include continuity of services, unacceptable mission impact if delayed, time-sensitive funding, and the need to reserve remaining capacity. A public notice of intent to increase the NMACC III contract ceiling will be posted on SAM.gov.