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, through 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 the construction of a permanent modular facility for administration and operational spaces, with an estimated value between $100M and $250M. The solicitation is conducted on an unrestricted basis with Full and Open Competition. Proposals are due by February 24, 2026.
Scope of Work
This is a two-phase Design-Build project to construct a permanent modular facility for NATO Joint Force Command Norfolk (JFCNF). The scope includes comprehensive site preparation, clearing, earthwork, excavation, grading, paving, and storm water improvements. Additionally, the contractor will be responsible for bringing all necessary utilities to the site for tie-in. The facility must adhere to permanent construction codes and standards.
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), Size Standard: $45,000,000
- Set-Aside: Unrestricted, Full and Open Competition
Evaluation & Submission Requirements
This is a two-phase design-build selection process.
- Phase I Evaluation: Focuses on Technical Approach (Acceptable/Unacceptable), Experience, Past Performance, and Safety.
- Phase II Evaluation: For selected offerors, it will cover Technical Solution, Small Business Utilization and Participation, and Price. Award will be based on best value.
- Experience (Factor 2): Offerors must demonstrate relevant experience using the mandatory "Construction & Design Experience Project Data Sheet (Attachment C)". Specifically, for Permanent Modular Construction (PMC), 2-5 projects with a final construction cost of $15,000,000 or greater, demonstrating new construction of a two-story or greater commercial, industrial, or institutional building within the past 15 years, are required. While prime contractor experience is generally preferred, subcontractor experience is allowed for Subfactor 2b (PMC).
- CMMC: DFARS clauses 252.204-7021 and 252.204-7025 are applicable, requiring CMMC Level 1 certification.
- Other Requirements: A bid bond (SF-24) of 20% of the total bid price or $3M (whichever is less) is required. Offerors and Joint Ventures must be registered in SAM.gov and the PIEE module for Phase I submission.
- Proposal Due Date: February 24, 2026. No further Pre-Proposal Inquiries for Phase I will be accepted.
Contact Information
For inquiries, contact Kristy GERREK at kristy.gerrek@navy.mil or (757) 341-0089, or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil or (757) 341-2074.