P215 Joint Interagency Task Force - S

SOL #: N69450-26-R-0002Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM SOUTHEAST
NAS JACKSONVILLE, FL, 32212-0030, United States

Place of Performance

Key West, FL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Administrative Facilities And Service Buildings (Y1AZ)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 21, 2025
2
Last Updated
Feb 5, 2026
3
Response Deadline
Jan 29, 2026, 7:00 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 Engineering Command Southeast is planning a Design-Bid-Build (DBB), Firm-Fixed Price construction contract for the P215 Joint Interagency Task Force – South (JIATF-S) Command and Control Facility at Truman Annex, Naval Air Station (NAS) Key West, Florida. This project has a magnitude between $250,000,000 and $500,000,000. This is a new procurement, with the pre-solicitation notice posted on November 21, 2025. The solicitation is expected to be released no earlier than 15 days after this notice.

Scope of Work

The project involves constructing a five-story JIATF-S C2F facility. Key features include:

  • An operations area with special use space for a Sensitive Compartmented Information Facility (SCIF), Operations Center (OC), and Network Operations Center (NOC).
  • An administrative area divided into specified security zones.
  • Redundant mechanical and electrical systems with backup power.
  • Antenna pad, loading service areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection.
  • Facility design to withstand Category 5 hurricane wind loads and Category 1 Storm Surge, resist coastal corrosive environments, and be built above the floodplain level.
  • Communication and Server rooms will have 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 included.

Contract & Timeline

  • Type: Design-Bid-Build (DBB), Firm-Fixed Price construction contract.
  • Competition: Unrestricted, Full and Open Competition under FAR Part 15, Contracting by Negotiation.
  • NAICS Code: 236220 (Size Standard: $45,000,000).
  • Project Magnitude: Between $250,000,000 and $500,000,000.
  • Pre-solicitation Posted: November 21, 2025.
  • Solicitation Release: Expected no earlier than 15 days after pre-solicitation notice posting.
  • Proposals Due: No earlier than 30 days after solicitation release (exact date in solicitation).
  • Site Visit: Will be held for chosen offerors (exact date/time in solicitation).
  • Subcontracting Plan: Required for large business concerns prior to award.

Additional Notes

This will be an electronic solicitation available on SAM.gov. Offerors are responsible for monitoring SAM.gov for the solicitation and any amendments. Contract award requires active registration with the System for Award Management (SAM).

Contact Information

People

Points of Contact

Lindsay BetteridgeSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Pre-Solicitation
Posted: Feb 5, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Nov 21, 2025
P215 Joint Interagency Task Force - S | GovScope