P215 Joint Interagency Task Force - S
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 SOUTHEAST is issuing a Presolicitation for a Design-Bid-Build (DBB), Firm-Fixed Price construction contract for the P215 Joint Interagency Task Force – South (JIATF-S) Command and Control Facility. This project involves constructing a five-story C2F facility at Truman Annex, Naval Air Station (NAS) Key West, Florida. The estimated project magnitude is between $250,000,000 and $500,000,000.
Scope of Work
The project encompasses the construction of a five-story JIATF-S C2F facility. This includes an operations area with special use space for a Control Area, Operations Center (OC), and Network Operations Center (NOC), alongside an administrative area divided into specified security zones. Construction will feature redundant mechanical and electrical systems with backup power, an antenna pad, loading service areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. The facility must be built to withstand Category 5 hurricane wind loads and Category 1 Storm Surge, resist coastal corrosive environments, and be constructed above the floodplain level. Communication and Server rooms will be supported by dedicated redundant computer room air-conditioning (CRAC) units and pre-action systems with a clean agent fire suppression system. Sustainability and energy enhancement measures are also included.
Contract & Timeline
- Type: Design-Bid-Build (DBB), Firm-Fixed Price construction contract
- NAICS: 236220 (Size Standard: $45,000,000)
- Magnitude: $250,000,000 to $500,000,000
- Competition: Unrestricted, Full and Open Competition
- Procurement Method: FAR Part 15, Contracting by Negotiation
- Set-Aside: None specified (Unrestricted)
- Pre-solicitation Notice Published: February 5, 2026
- Anticipated Solicitation Release: No earlier than 15 days after February 5, 2026.
- Anticipated Proposal Due Date: No earlier than 30 days after solicitation release (exact date will be specified in the solicitation).
Additional Notes
This is a new procurement. Large business concerns are required to submit a subcontracting plan prior to contract award. A site visit will be held for chosen offerors, with exact details provided in the solicitation. The electronic solicitation will be available on Sam.gov, and offerors are responsible for monitoring the website for updates and amendments. Contractors must be registered or in the process of registering with SAM to be eligible for award.