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, specifically NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for a Design-Build P1678 NATO JFCNF Phase II Interim Modular Facility at NSA Norfolk, VA. This is an unrestricted, full and open competition for a permanent modular construction project estimated between $100M and $250M. Proposals are due by February 24, 2026.
Scope of Work
This Design-Build project requires the construction of a permanent modular facility to provide administration and operational spaces for NATO Joint Force Command Norfolk (JFCNF). The scope includes comprehensive site preparation, clearing, earthwork, excavation, grading, paving, and storm water improvements. Additionally, utilities must be brought to the currently vacant site for tie-in. The facility must adhere to permanent construction codes and standards.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (FFP) Design-Build Construction
- Estimated Magnitude: $100,000,000 to $250,000,000
- NAICS Code: 236220 (Construction Of Miscellaneous Buildings), Size Standard: $45,000,000
- Period of Performance: 640 calendar days from notice to proceed
- Set-Aside: Unrestricted, Full and Open Competition
- Proposal Due Date: February 24, 2026, 07:00 PM UTC (extended by Amendment 0002)
- Published Date: February 9, 2026 (latest amendment)
Evaluation & Key Requirements
This is a two-phase design-build selection process. Phase I evaluates Technical Approach, Experience, Past Performance, and Safety. Phase II, for selected offerors, will assess Technical Solution, Small Business Utilization and Participation, and Price. Award will be based on best value.
Key requirements and updates from amendments include:
- Experience (Factor 2): Revised criteria require specific minimum project costs ($50M for General Construction and Design, $25M for Permanent Modular Construction (PMC)). Only prime contractor or JV experience is considered, with exceptions for small businesses. Attachment C (Experience Project Data Sheet) is mandatory.
- CMMC: DFARS clauses 252.204-7021 and 252.204-7025 apply, requiring CMMC Level 1 certification.
- Construction Type: Project requires "Permanent Modular Construction," not relocatable or interim modular.
- Registration: Offerors must be registered in SAM.gov. Newly formed Joint Ventures must also be registered in SAM.gov and the PIEE module at Phase I submission.
- Bid Bond: A bid bond (SF-24) of 20% of the total project bid price or $3M, whichever is less, is required.
Important Updates & Submission Notes
This solicitation has undergone two amendments. Amendment 0002, posted February 9, 2026, extended the proposal due date to February 24, 2026, and significantly revised the Factor 2 "Experience" requirements. Offerors must review all amendments and attachments, especially the updated Attachment C and PIEE Vendor Access Instructions, to ensure compliance. All correspondence should be directed to kristy.l.gerrek.civ@us.navy.mil.