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) construction project (P-222) for MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Norfolk, VA. This unrestricted, full and open competition opportunity has an estimated value between $100,000,000 and $250,000,000. Proposals are due March 12, 2026, at 02:00 PM local time.
Scope of Work
This project involves the construction of a new two-story annex to support the existing Hangar LP48, including maintenance shops, secured storage, UMCS spaces, WTU trainer space, ARS Workcenter, and mission equipment support areas. Key tasks also include constructing a Ground Based Detection and Avoidance (GBDAA) System radar tower, renovating the existing LP48 hangar with various additions, and repairing an existing Vertical Lifting Fabric Door (VLFD). Environmental mitigation is a significant component, requiring sampling, staging, and offsite disposal of contaminated soil, treatment of contaminated groundwater and runoff, and disposal of AFFF concentrate/solution. Facilities must incorporate lowest practical life cycle cost solutions and maximize energy efficiency. Hazardous materials, specifically chromium and cadmium, have been detected in paint coatings within Hangar LP-48, requiring compliance with worker protection regulations. The project specifies brand-name RF shielding products (ULTRA-RF/A and Xalon RF X25-RF/EMI Panel by Shielding Resources Group) and an ASSA ABLOY VLFD due to compatibility and security requirements, though "brand name or equal" is permitted for other interior finishes.
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 (Construction Of Miscellaneous Buildings)
- Small Business Size Standard: $45,000,000
- DPAS Priority Rating: DO-C2
Submission & Evaluation
Proposals must be submitted electronically via PIEE by the deadline. Evaluation factors include 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. Amendment 0001 mandates CMMC Level 2 (Self) for contractors and subcontractors handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
Key Dates & Contacts
- Proposal Submission Deadline: March 12, 2026, 02:00 PM local time
- Site Visit: A site visit was held on February 18, 2026, at 10:00 AM ET.
- Contact: Catharine Keeling (catharine.a.keeling.civ@us.navy.mil)