P993/995, F-35 Aircraft Sustainment Center and Composite Repair Facility located at the Marine Corps Air Station (MCAS) Cherry Point, NC
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, has issued a Solicitation for the construction of 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 (FFP) contract, valued at over $500,000,000, is being procured under an Early Contractor Involvement (ECI) framework. Only two offerors, ECC Atlantic Construction and Walsh Federal, have been pre-qualified for Segment II (construction services). Proposals are due by April 6, 2026, at 2:00 PM local time.
Project Scope
The project encompasses two major facilities:
- F-35 Sustainment Center (P993): A 255,461 SF depot-level hangar designed to support 20 F-35 aircraft. It includes maintenance bays, four paint booths, administrative spaces, aircraft part modification and tool shops, and a secure area built to ICD705 standards. The structure features precast concrete panels, a pile-supported foundation, 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 composite repair and manufacturing shop (disassembly, kitting, production control, clean/dirty rooms, bonding, classrooms, engineering/laboratory space) and an aircraft rotor blade repair shop (disassembly, staging, dirty room, sanding pit, bonding room). Site development includes utility improvements for Hancock Village, a taxiway with a bridge, and an aircraft parking apron.
Contract Details & Requirements
- Contract Type: Firm Fixed Price (FFP).
- Magnitude: Over $500,000,000.
- Period of Performance: 15 calendar days for commencement after Notice to Proceed, with completion required within 1,461 calendar days.
- Cybersecurity: CMMC Level 1 is required for P995 and CMMC Level 2 for P993.
- Small Business Participation: While there is no prime set-aside, the solicitation mandates significant small business subcontracting targets: SB 40%, SDB 5%, HUBZone SB 3%, WOSB 9%, SDVOSB 5%. A minimum of 20% total small business subcontracting is required for all offerors.
Submission & Evaluation
- Proposal Due Date: April 6, 2026, at 2:00 PM local time.
- Submission Method: Electronically via PIEE in PDF format, with price and non-price proposals submitted as separate files.
- Evaluation: A tradeoff process will be used. Technical factors (Management Approach & Schedule, Small Business Utilization) are of equal importance to each other and approximately equal to price.
- Key Submission Requirements: Executed SF1442, completed Price Proposal Form (Attachment F), Bid Bond (SF-24), SAM registration, FAPIIS information, and VETS-4212 registration.
- Controlled Unclassified Information (CUI): Drawings and specifications contain CUI and will be provided separately upon completion of a DOD-CUI Non-Disclosure Agreement (Attachment G).
Contact Information
For inquiries, contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978.