N4008525R2639 DESIGN-BID-BUILD P-222: MQ-25 AIRCRAFT LAYDOWN FACILITIES, NAVAL STATION NORFOLK, NORFOLK, VA
SOL #: N4008525R2639Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States
Place of Performance
Norfolk, VA
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Construction Of Miscellaneous Buildings (Y1JZ)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Dec 22, 2025
2
Last Updated
Mar 9, 2026
3
Submission Deadline
Mar 12, 2026, 6:00 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 / NAVFAC SYSCOM MID-ATLANTIC is soliciting proposals for a Design-Bid-Build (DBB) P-222 project to construct MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Norfolk, Virginia. This unrestricted, full and open competition opportunity involves significant construction, renovation, and environmental mitigation efforts. Proposals are due March 12, 2026.
Scope of Work
This project, valued between $100,000,000 and $250,000,000, includes:
- New Construction: A two-story annex for maintenance shops, secured storage, UMCS spaces, WTU trainer, ARS Workcenter, and mission equipment support. Also, a Ground Based Detection and Avoidance (GBDAA) System radar tower with electrical and fiber optic tie-ins.
- Renovation: Extensive renovation of the existing LP48 hangar, including additions for tool rooms, battery charging/storage, an RCS Shelter, Command functions, and a stair/catwalk for antenna placement. This also covers plumbing, electrical, fire protection, and HVAC repairs.
- Environmental Mitigation: Sampling, staging, and offsite disposal of contaminated soil, treatment of contaminated groundwater and runoff, and disposal of AFFF concentrate/solution. Environmental data, including PFAS analysis, is provided.
- Technical Specifications: Detailed specifications are provided for Adjustable Speed Drives (ASD) systems, RF/EMI shielding (Xalon RF X25 panels and ULTRA-RF/A shielded doors), and "brand name or equal" interior finishes. Hazardous materials inspection reports (chromium/cadmium in paint) for Hangar LP-48 are included, requiring awareness of worker protection regulations. Special inspections for structural elements are mandated.
- Control Systems: Facility Related Control Systems (FRCS) must utilize specific brand-name equipment (ALC WebCTRL and JCI Metasys) for standardization and interoperability.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Magnitude: $100,000,000 to $250,000,000
- Period of Performance: 1017 calendar days after Notice to Proceed.
- Set-Aside: Unrestricted, Full and Open Competition.
- NAICS Code: 236220 (Small Business Size Standard: $45,000,000)
- DPAS Priority Rating: DO-C2
Submission & Evaluation
- Proposal Due Date: March 12, 2026, at 02:00 PM local time.
- Submission Method: Electronically via the PIEE platform. Instructions for PIEE vendor access are provided.
- Evaluation Factors: Proposals will be evaluated on Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. Technical factors are equally important to each other and, combined, are equal to past performance. Non-cost/price factors are approximately equal to price.
- Required Forms: Bidders must use provided templates for Construction Experience Project Data, Past Performance Questionnaires (if CPARS not available), Historical Small Business Utilization, and a mandatory Small Business Participation Commitment Document (minimum 20% SB participation). Large businesses must also submit an Individual Small Business Subcontracting Plan.
- Pricing: A mandatory Price Proposal Form (Attachment H) must be completed, with failure to price any line item resulting in rejection.
- Cybersecurity: Amendment 0001 mandates CMMC Level 2 (Self) for contractors and subcontractors.
- Site Visit: A site visit was held on February 18, 2025, at 10:00 AM ET.
- Bid Bond: Offerors must submit a bid bond of 20% of the total project bid price or $3M, whichever is less.
Contact Information
All correspondence should be directed to Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
People
Points of Contact
CATHARINE KeelingPRIMARY