N4008525R2639 DESIGN-BID-BUILD P-222: MQ-25 AIRCRAFT LAYDOWN FACILITIES, NAVAL STATION NORFOLK, NORFOLK, VA
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) P-222 project to construct MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Norfolk, VA. This project, valued between $100,000,000 and $250,000,000, involves new construction, renovation, and environmental mitigation. The acquisition is being conducted on an unrestricted basis with full and open competition. Proposals are due March 12, 2026.
Scope of Work
This comprehensive project includes:
- New Construction: A two-story annex with maintenance shops, secured storage, and mission support spaces; and 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, an RCS Shelter, command functions, and a stair/catwalk for antenna placement. Repair of the existing high bay Vertical Lift Fabric Door (VLFD) is also required.
- Environmental Mitigation: Sampling, staging, and offsite disposal of contaminated soil, treatment of contaminated groundwater and runoff, and disposal of AFFF concentrate/solution. Hazardous materials inspection reports indicate detected chromium and cadmium in paint coatings, requiring bidder awareness for worker protection and disposal.
- Specialized Systems: Installation of Adjustable Speed Drives (ASDs) and adherence to specifications for RF/EMI shielding panels (Xalon RF X25) and RF shielded doors (ULTRA-RF/A series). Facility Related Control Systems (FRCS) will require specific brand-name equipment (ALC WebCTRL, JCI Metasys) for standardization and interoperability.
- Finishes: Interior finishes will utilize "brand name or equal" descriptions to ensure aesthetic and visual integrity. Facilities must incorporate features for lowest practical life cycle cost and maximize energy efficiency.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: 1017 calendar days after notice to proceed.
- Magnitude: $100,000,000 to $250,000,000
- DPAS Priority Rating: DO-C2
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45,000,000
Set-Aside
This acquisition is being solicited on an unrestricted basis with Full and Open Competition.
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 of equal importance to each other and, when combined, are equal in importance to the past performance factor. Non-cost/price factors are approximately equal to price. Offerors must submit a bid bond of 20% of the total project bid price or $3M, whichever is less.
Submission & Key Dates
- Proposal Submission Deadline: March 12, 2026, at 02:00 PM local time.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) platform. Bidders must register for a PIEE account and add the 'Proposal Manager' role.
- Site Visit: A site visit is scheduled for February 18, 2026, at 10:00 AM ET. Base access requests (using SECNAV FORM 5512 and ODP Badge Access Request Form) are due by February 3, 2026, at 12:00 PM ET. Attendees must also email a list of participants and their base access status to the contracting officer by the same date.
- Cybersecurity Requirements: Contractors and subcontractors will be required to meet CMMC Level 2 (Self-Assessment) for handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
- Required Forms: Bidders must complete and submit specific attachments, including a Price Proposal Form (Attachment H), Small Business Participation Commitment Document (Attachment F), Historical Small Business Utilization (Attachment E), and Construction Experience Project Data (Attachment C). Large businesses must also submit an Individual Small Business Subcontracting Plan (Attachment G). Past Performance Questionnaires (Attachment D) are required if CPARS evaluations are unavailable.
Contact Information
All correspondence should be directed to Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.