P993/995, F-35 Aircraft Maintenance Sustainment Center and Composite Repair Facility, MCAS Cherry Point, NC
SOL #: N4008526R0002Special Notice
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVFAC MID-ATLANTIC
Place of Performance
Cherry Point, NC
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Construction Of Other Airfield Structures (Y1BZ)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 5, 2026
2
Last Updated
Apr 24, 2026
3
Action Date
Jan 20, 2026, 5:00 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, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the P993/995 F-35 Aircraft Sustainment Center and Composite Repair Facility at Marine Corps Air Station (MCAS) Cherry Point, NC. This Firm Fixed-Price construction project, valued at over $500,000,000, involves building two critical facilities to support F-35 aircraft. Proposals are due May 20, 2026, at 2:00 PM EDT.
Scope of Work
This solicitation covers the construction of two primary facilities:
- F-35 Sustainment Center (P993): A 255,461 SF depot-level hangar designed to support 20 F-35 aircraft. It will include maintenance bays, four paint booths, administrative spaces, aircraft part modification and tool shops, and a secure area built to ICD705 standards. The main facility features precast structural concrete panels, a pile-supported foundation, slab on grade, and a cross-laminated timber roof deck.
- Composite Repair Facility (P995): A 105,755 SF consolidated depot-level facility for advanced composites and rotor blade repair. This includes a disassembly area, parts kitting, production control, clean parts area, assembly area with climate-controlled dirty room, bonding room, clean room, classrooms, and engineering/laboratory space. An aircraft rotor blade repair shop with sanding pits and bonding rooms is also included.
- Site Development: The project encompasses utility improvements for Hancock Village, a taxiway with a bridge, and an aircraft parking apron.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Magnitude: Over $500,000,000
- Period of Performance: 15 calendar days for commencement, 1,461 calendar days for completion.
- Eligibility: This is for Segment II, with two offerors (ECC Atlantic Construction and Walsh Federal) already pre-qualified.
- Cybersecurity Requirements: P993 requires CMMC Level 2 (due to Controlled Unclassified Information - CUI), and P995 requires CMMC Level 1. Access to CUI drawings/specifications requires a DOD-CUI Non-Disclosure Agreement.
Submission & Evaluation
- Proposal Due Date: May 20, 2026, at 2:00 PM EDT.
- Submission Method: Electronically via PIEE in PDF format, with separate price and non-price proposals. Instructions for PIEE vendor access are provided.
- Evaluation: Award will be based on a tradeoff process. Technical factors (Management Approach & Schedule, Small Business Utilization) are of equal importance to each other and approximately equal to price.
- Small Business Participation: While not a prime set-aside, the solicitation includes significant small business subcontracting targets: SB 40%, SDB 5%, HUBZone SB 3%, WOSB 9%, SDVOSB 5%. Offerors must submit a Small Business Participation Commitment Document (SBPCD) and, if a large business, an Individual Small Business Subcontracting Plan (SBSP).
Key Amendments & Clarifications
Multiple amendments have been issued, primarily extending the proposal due date and providing extensive clarifications:
- Amendment 0004 & 0005: Extended the proposal due date to May 20, 2026, and incorporated numerous Pre-Proposal Inquiry (PPI) responses.
- PPI Responses: Clarified technical specifications for interior finishes (P993 & P995), crane systems, X-ray testing equipment, CMMC requirements, and various drawing/specification discrepancies. Questions regarding the feasibility of small business participation targets due to CMMC Level 2 requirements are still pending definitive responses.
- Revised Pricing: Multiple revisions to the Price Proposal Form (Attachment F) have been issued, detailing base and option items, government estimated prices for certain options, and a Handling and Administration Rate (HAR) for FF&E, A/V, and Collateral Equipment.
- Johnson Controls CJ&A: Amendment 0004 included a Class Justification and Approval for the brand-name use of Johnson Controls Metasys product line for Facilities Related Control Systems (FRCS) at MCAS Cherry Point, citing standardization and cybersecurity needs.
People
Points of Contact
Brittany CristelliPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 10
Solicitation
Posted: Apr 24, 2026
Version 9
Solicitation
Posted: Apr 22, 2026
Version 8
Solicitation
Posted: Apr 15, 2026
Version 7
Solicitation
Posted: Apr 10, 2026
Version 6
Sources Sought
Posted: Mar 12, 2026
Version 5
Solicitation
Posted: Mar 11, 2026
Version 4
Solicitation
Posted: Mar 11, 2026
Version 3
Solicitation
Posted: Mar 9, 2026
Version 2
Solicitation
Posted: Mar 6, 2026
Version 1Viewing
Special Notice
Posted: Jan 5, 2026