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 DESIGN-BID-BUILD 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 with a magnitude exceeding $500,000,000. Two offerors, ECC Atlantic Construction and Walsh Federal, have been pre-qualified for Segment II. Proposals are due by April 28, 2026, at 2:00 PM EDT.
Scope of Work
This project involves the construction of two major facilities:
- 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 facility features precast structural 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. It includes a composite repair and manufacturing shop (with disassembly, kitting, production control, clean/dirty rooms, bonding, clean rooms, classrooms, engineering/laboratory space) and an aircraft rotor blade repair shop (with disassembly, staging, dirty room, sanding pit, bonding room). Shared spaces minimize costs and improve sustainability. Site development includes utility improvements for Hancock Village, a taxiway with a bridge, and an aircraft parking apron.
Contract & Timeline
- 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.
- Set-Aside: Not a prime set-aside; two pre-qualified offerors (ECC Atlantic Construction and Walsh Federal) are competing. However, there are small business subcontracting targets: SB 40%, SDB 5%, HUBZone SB 3%, WOSB 9%, SDVOSB 5%, with a minimum 20% total small business subcontracting requirement for all offerors.
- Proposal Due: April 28, 2026, 2:00 PM EDT.
- Published: April 10, 2026 (latest amendment).
Key Requirements & Submissions
- CMMC Requirements: P993 requires CMMC Level 2, and P995 requires CMMC Level 1.
- Submission: Proposals must be submitted electronically via PIEE in PDF format, with separate price and non-price proposals.
- Mandatory Forms: Include executed SF1442, the revised Price Proposal Form (from Amendment 0002), Bid Bond (SF-24), SAM registration, FAPIIS information, VETS-4212 registration, and the Small Business Participation Commitment Document (SBPCD).
- CUI Handling: Drawings and specifications contain Controlled Unclassified Information (CUI) and require a DOD-CUI Non-Disclosure Agreement for access.
- Liquidated Damages: Set at $35,391.79 per calendar day of delay.
Evaluation
Award will be based on a tradeoff process, where technical factors (Management Approach & Schedule, and Small Business Utilization) are of equal importance to each other and approximately equal to price. The award will be made on the total sum of CLINs 0001-0002.
Additional Notes
- Pre-Proposal Inquiries (PPIs): Amendment 0002 includes extensive responses to PPIs, providing clarifications on technical specifications, equipment, construction details, and requirements.
- Optional Items: The revised Price Proposal Form details numerous option items for both facilities, including specialized equipment, solar arrays, and FF&E. Options (CLINs 0003-0014) may be exercised within 365 days.
- 3D Model Files: Will be released to the successful offeror post-award.
- Contact: Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978.