DESIGN-BUILD P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NSA NORFOLK, VA
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 a Design-Build P1678 NATO JFCNF Phase II Interim Modular Facility at NSA Norfolk, VA. This project involves constructing a permanent modular facility for NATO Joint Force Command Norfolk (JFCNF) administration and operational spaces, with an estimated magnitude between $100,000,000 and $250,000,000. The solicitation is issued on an unrestricted basis with Full and Open Competition. Proposals are due February 5, 2026.
Opportunity Overview
This Firm Fixed Price (FFP) Design-Build Construction project requires the successful contractor to provide a permanent modular facility that meets applicable codes and standards. The scope includes comprehensive site preparation, earthwork, excavation, grading, paving, and storm water improvements on a currently vacant site. Additionally, the contractor will be responsible for bringing all necessary utilities to the site for tie-in. The project aims to deliver essential administration and operational spaces for NATO JFCNF.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Design-Build Construction.
- Estimated Magnitude: $100,000,000 to $250,000,000.
- Period of Performance: 640 calendar days from the Notice to Proceed.
- NAICS Code: 236220 (Construction Of Miscellaneous Buildings), with a size standard of $45,000,000.
- Set-Aside: Unrestricted basis with Full and Open Competition.
Submission & Evaluation
The selection process will follow two-phase design-build procedures.
- Phase I will evaluate Technical Approach (Acceptable/Unacceptable), Experience, Past Performance, and Safety.
- Phase II will assess the Technical Solution, Small Business Utilization and Participation, and Price. Award will be made to the responsible Offeror(s) whose proposal represents the best value to the Government, considering both non-price factors and price. Mandatory Requirements: A bid bond (SF-24) for 20% of the total project bid price or $3M (whichever is less) is required. Offerors must be registered in SAM.gov and utilize the PIEE platform for submission (refer to Attachment B for instructions). Attachments A, C, and D provide templates for Pre-Proposal Inquiries, Experience Project Data, and Past Performance Questionnaires, respectively.
Key Dates & Contacts
- Proposal Submission Deadline: February 5, 2026, at 02:00 PM local time.
- Primary Contact: Kristy GERREK, kristy.gerrek@navy.mil, (757) 341-0089.
- Secondary Contact: Amanda Bricker, amanda.l.bricker.civ@us.navy.mil, (757) 341-2074.
- Correspondence: All inquiries and correspondence should be directed via email to kristy.l.gerrek.civ@us.navy.mil.