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, is soliciting proposals 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 is a Firm Fixed-Price (FFP) contract under an Early Contractor Involvement (ECI) framework, with two offerors (ECC Atlantic Construction and Walsh Federal) already pre-qualified for Segment II. The project magnitude is over $500,000,000.
Scope of Work
The project involves two major construction efforts:
- F-35 Sustainment Center (P993): A 255,461 SF depot-level hangar to support 20 F-35 aircraft, including maintenance bays, four paint booths, administrative space, aircraft part modification and tool shops, and a secure area built to ICD705 standards. The main facility features precast structural concrete panels, 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 composite repair and manufacturing shop (disassembly, kitting, production control, clean parts, assembly, climate-controlled dirty room, bonding room, clean room, 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
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: 15 calendar days for commencement after notice to proceed, and 1,461 calendar days for completion.
- Magnitude: Over $500,000,000
- Set-Aside: No set-aside for the prime contractor (pre-qualified offerors). However, significant small business subcontracting targets apply: SB 40%, SDB 5%, HUBZone SB 3%, WOSB 9%, SDVOSB 5%. A minimum 20% total small business subcontracting requirement is mandatory.
Submission & Evaluation
- Proposals Due: April 21, 2026, 06:00 PM ET.
- Submission Method: Electronically via PIEE in PDF format, with price and non-price proposals in separate files.
- Evaluation: Based on a tradeoff process. Technical factors (Management Approach & Schedule, Small Business Utilization) are equally important to each other and approximately equal to price.
- Cybersecurity: Includes DFARS 252.204-7025 and 252.204-7021 regarding Cybersecurity Maturity Model Certification (CMMC) Level 1 (P995) and Level 2 (P993) requirements.
- Controlled Unclassified Information (CUI): Drawings and specifications contain CUI and require a DOD-CUI Non-Disclosure Agreement (Attachment G) for access.
Key Documents for Bidders
- Solicitation N4008526R0002.pdf: Provides overall project details, requirements, and submission instructions.
- Attachment F - Price Proposal Form: Mandatory for submitting detailed line item prices for base work and options for both P993 and P995.
- Attachments C, D, E (Small Business Forms): Mandatory for demonstrating historical small business utilization, participation commitments, and subcontracting plans (for large businesses).
- P993/P995 JA Forms: Detail specific interior finishes and materials.
- P995 Drawings (Volumes 1-4) & SpecsAsOne: Comprehensive architectural, engineering, and technical specifications for the Composite Repair Facility.
- Attachment B - PIEE Vendor Access Instructions: Crucial for PIEE registration and proposal submission.
- Attachment A - Pre-Proposal Inquiry (PPI) Form: For submitting questions.
Contact Information
For inquiries, contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978.