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 (DB) project for the P1678 NATO JFCNF Phase II Interim Modular Facility at NSA Norfolk, VA. This unrestricted opportunity seeks a contractor to construct a permanent modular facility, including site preparation and utility integration. Proposals are due by February 11, 2026.
Opportunity Overview
This solicitation (N4008525R2638) is for a two-phase Design-Build project to provide administration and operational spaces for NATO Joint Force Command Norfolk (JFCNF). The project requires the construction of a permanent modular facility that adheres to applicable codes and standards. The scope includes comprehensive site preparation, earthwork, excavation, grading, paving, storm water improvements, and bringing utilities to the currently vacant site for tie-in. The project explicitly requires "Permanent Modular Construction," not relocatable or interim modular construction.
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 Notice to Proceed.
- NAICS Code: 236220 (Construction Of Miscellaneous Buildings), Size Standard: $45,000,000.
- Set-Aside: Unrestricted / Full and Open Competition.
- Bid Bond: A bid bond (SF-24) is required, amounting to 20% of the total project bid price or $3M, whichever is less.
Submission & Evaluation
This is a two-phase design-build selection process.
- Phase I Evaluation: Focuses on Technical Approach (Acceptable/Unacceptable), Experience (Factor 2), Past Performance (Factor 3), and Safety (Factor 4).
- Experience (Factor 2) has been revised: Offerors must align submissions with updated criteria for General Construction, Permanent Modular Construction (PMC), and Design Experience. Projects 90% complete with interim CPARS are considered. For Subfactor 2a, "design experience" is clarified to "construction experience." For Subfactor 2c, "Designer of Record" experience can include "Design Team" experience, and projects with 100% design completion (even if under construction) are acceptable. Subcontractor experience is allowed for Subfactor 2b (PMC).
- Phase II Evaluation: For selected offerors, this phase evaluates Technical Solution (Factor 5), Small Business Utilization and Participation (Factor 6), and Price.
- Award Basis: Best value to the Government, considering non-price factors and price.
- CMMC Requirements: DFARS 252.204-7021 and 252.204-7025 are applicable, requiring CMMC Level 1 certification due to access to certain non-public information, though the project will not contain CUI in Phase 2.
- Required Attachments: Offerors must use the updated "Attachment C - Construction & Design Experience Project Data Sheet" and "Attachment D - Past Performance Questionnaire."
- PIEE Access: Attachment H (JFCN IMF DB RFP) is only available on PIEE. Bidders must register on PIEE and obtain the "Proposal Manager" role to submit offers.
- SAM.gov Registration: Offerors must be registered in SAM.gov.
Key Dates & Contact
- Proposal Due Date: February 11, 2026, at 02:00 PM local time (extended by Amendment 0001).
- Estimated Phase II Notification: April 2026.
- Primary Contact: Kristy GERREK (kristy.gerrek@navy.mil, (757) 341-0089).