P993/995, F-35 Aircraft Sustainment Center and Composite Repair Facility located at the Marine Corps Air Station (MCAS) Cherry Point, NC

SOL #: N4008526R0002Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

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

Timeline

1
Posted
Jan 5, 2026
2
Last Updated
Apr 24, 2026
3
Submission Deadline
May 20, 2026, 6:00 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 is a Firm Fixed-Price construction opportunity valued at over $500,000,000. Two offerors, ECC Atlantic Construction and Walsh Federal, have been pre-qualified for Segment II. Proposals are due by May 20, 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 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 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), depot and fleet classrooms, and engineering/laboratory space. A dedicated aircraft rotor blade repair shop with sanding pits and bonding rooms is also included. Site development encompasses 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: 1,461 calendar days for completion (15 days for commencement after notice to proceed).
  • Eligibility: This is for Segment II, with ECC Atlantic Construction and Walsh Federal pre-qualified.
  • Proposal Due Date: May 20, 2026, at 2:00 PM EDT (extended by Amendment 0004).
  • Published Date: April 22, 2026.

Key Requirements & Amendments

  • Cybersecurity Maturity Model Certification (CMMC): CMMC Level 2 applies to P993 (due to Controlled Unclassified Information - CUI), and CMMC Level 1 for P995.
  • Small Business Participation: While not a direct set-aside, the solicitation mandates a minimum total small business subcontracting requirement of 20% of the Total Contract Value (TCV). Original targets were SB 40%, SDB 5%, HUBZone SB 3%, WOSB 9%, SDVOSB 5%.
  • Controlled Unclassified Information (CUI): Drawings and specifications contain CUI and require a DOD-CUI Non-Disclosure Agreement for access.
  • Amendments: Multiple amendments (0001, 0002, 0003, 0004) have been issued, revising the proposal due date, price forms, drawings, and specifications, and providing responses to Pre-Proposal Inquiries (PPIs). Amendment 0004 is the latest, extending the due date and updating numerous technical specifications and drawings for P995. It also includes a Class Justification & Approval for Johnson Controls International (JCI) Metasys for Facility Related Control Systems (FRCS) building HVAC DDC.

Evaluation & Submission

  • Evaluation: Award will be based on a tradeoff process. Technical factors (Management Approach & Schedule, and Small Business Utilization) are of equal importance to each other and approximately equal to price.
  • Submission: Proposals must be submitted electronically via the PIEE platform in PDF format, with price and non-price proposals in separate files. Bidders must register for a PIEE account and obtain the 'Proposal Manager' role to submit offers.

Additional Notes

Contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for inquiries.

People

Points of Contact

Brittany CristelliPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View
Download
Download

Versions

Version 10
Solicitation
Posted: Apr 24, 2026
View
Version 9Viewing
Solicitation
Posted: Apr 22, 2026
Version 8
Solicitation
Posted: Apr 15, 2026
View
Version 7
Solicitation
Posted: Apr 10, 2026
View
Version 6
Sources Sought
Posted: Mar 12, 2026
View
Version 5
Solicitation
Posted: Mar 11, 2026
View
Version 4
Solicitation
Posted: Mar 11, 2026
View
Version 3
Solicitation
Posted: Mar 9, 2026
View
Version 2
Solicitation
Posted: Mar 6, 2026
View
Version 1
Special Notice
Posted: Jan 5, 2026
View