Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
ID: N40080S2025-0001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER AIRFIELD STRUCTURES (Y1BZ)
Timeline
    Description

    The Department of Defense, through the Department of the Navy, is issuing a Special Notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility, which includes Washington D.C., Virginia, and Maryland. This procurement aims to engage contractors for large-scale construction projects, with a maximum contract value of $8 billion, structured over a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and construction of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties can contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or call 202-716-5845 for further details and to access project drawings and specifications.

    Files
    Title
    Posted
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage their accounts within the Department of Defense's solicitation system. It describes two specific roles within the PIEE Solicitation Module—Proposal Manager (essential for submitting offers) and Proposal View Only (for viewing offers). The guide provides detailed, step-by-step instructions for new users to self-register, as well as for existing users to add additional roles to their accounts. Key components include account setup processes, security requirements, and support resources for account administration and technical issues. The document also features a Roles and Actions/Functions Matrix, illustrating the capabilities linked to each vendor role, such as submitting offers or viewing proposal revisions. This guide serves as a critical resource for vendors engaging with federal solicitations, ensuring they comply with necessary procedures and understand their functionalities within the PIEE system, ultimately facilitating a structured procurement approach in the DoD's operations.
    The document serves as a Pre-Proposal Inquiry Log (PPI Log), designed to track inquiries related to federal and state/local Request for Proposals (RFPs) and grants. It is structured to log the date of inquiries, the name of the company making the inquiry, and specific references to pages, sections, and inquiry paragraphs in the proposals. This log facilitates communication between the government and potential bidders, ensuring that all questions are documented and addressed efficiently. It plays a critical role in maintaining transparency and clarity throughout the RFP process by allowing contractors to seek clarifications and ensuring that the submitted proposals are well-informed and compliant with requirements. The emphasis on recording inquiries suggests a focus on orderly management of the proposal process, enhancing the quality of responses, and facilitating better decision-making by the government in evaluating proposals.
    The document outlines the Construction & Design Experience Project Data Sheet utilized in federal and state RFP processes. It is structured to gather comprehensive information from firms regarding their project experience, capabilities, and relevant details for consideration in government contracts. Key sections include the firm's details, work roles (prime contractor, subcontractor), contract specifics, awards, and project types (new construction or renovation). Additional requirements entail a thorough project description, emphasizing unique features and sustainable practices, alongside a description of the firm's self-performed work. The primary purpose is to assess a firm's qualifications and experience, facilitating informed decision-making in awarding construction and design contracts. Overall, the document serves as a standardized form to collect essential data from potential contractors to meet project requirements effectively.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is a formal document designed for contractors involved in government projects, facilitating the collection of vital contract performance information. The form is divided into sections for both contractors and clients. Contractors must provide their information, role in the project (prime or subcontractor), contract details, and a project description that establishes relevance to the proposal. Clients are required to fill out their contact information and describe their role in the project, confirming the questionnaire’s completion through signature and date. The purpose of this questionnaire is to assess the past performance of contractors in the context of federal RFPs and grants, ensuring that only qualified contractors are considered for future opportunities. By gathering detailed information about contract types, completion dates, and project complexities, the PPQ-0 assists agencies in making informed decisions based on a contractor’s track record and capability to meet project requirements. This structured evaluation promotes accountability and supports effective procurement processes in government contracting.
    The Small Business Subcontracting Plan outlines the requirements for establishing subcontracting goals consistent with FAR 19.704, aiming to promote small business participation in federal contracts. It includes a detailed breakdown of the total contract value, anticipated subcontracting proportions for large and small businesses, and specific categories such as HUBZone SBs, WOSBs, and veteran-owned businesses. The plan emphasizes the necessity of including specific supporting rationales and a structured approach for assessing small business capabilities when determining subcontract amounts. Furthermore, it mandates maintaining records of outreach efforts, potential sources, and subcontract awards, while highlighting the importance of timely payment to small business subcontractors. The contractor's commitment to actively engage the small business community is emphasized through outreach activities, workshops, and the establishment of a dedicated administrator responsible for the execution of the plan. Compliance and periodic reporting are integral to ensure adherence to established goals and federal requirements. This plan is crucial for facilitating equitable opportunities within government procurement, enhancing the economic viability of small enterprises.
    This document, Attachment F, pertains to the Historical Small Business Utilization as part of the request for proposals (RFP) N40080-25-R-9500. It mandates that all offerors, regardless of size, provide detailed information on their historical small business utilization for projects submitted under the Corporate Experience evaluation. Each offeror must fill out a series of standardized project details, including contract numbers, project titles, and the breakdown of subcontracted values based on small business categories. The form consists of multiple sections requiring financial data related to the total project value, self-performed value, and subcontracted value, alongside a comprehensive breakdown by small business categories (e.g., women-owned, veteran-owned). Offerors are obliged to explain any unmet subcontracting goals or zero subcontracting achievements. This structured format is crucial for assessing how well offerors integrate small business participation in their projects, enhancing transparency and accountability in federal funding and contracting processes. The attachment highlights the federal government's commitment to fostering small business engagement in larger contracts, thereby supporting economic growth and diversity within the contracting landscape.
    The Small Business Participation Commitment Document (SBPCD) is required for all offerors responding to the federal Request for Proposals (RFP) N40080-25-R-9500. The form aims to assess and promote small business utilization in federal contracts, including various socioeconomic categories like Historically Underutilized Business Zone Small Businesses (HUBZone SB), Woman-Owned Small Businesses (WOSB), and others. Offerors must provide detailed subcontracting plans, including estimated values for self-performed work and scheduled subcontracting dollars to small businesses and large businesses. The document is structured to capture key details, such as the total contract value, planned subcontracting breakdowns, specific commitments to various types of small businesses, and explanations if minimum participation benchmarks are not met. The overarching purpose of this requirement is to ensure substantial engagement of small businesses in federal projects, promoting diversity and equitable opportunities within the contracting process. Ultimately, the SBPCD facilitates compliance with federal regulations and positions small businesses for meaningful participation in government contracts.
    The document outlines the Price Proposal Form for the N4008025R9500 contract related to the Aircraft Development and Maintenance Facility project at PAX River. It details various Contract Line Item Numbers (CLINs), including a base price for facility construction and option items for enhancements like translucent panels, bridge cranes, and specialized floor coatings. Bidders must provide lump sum prices for each line item, and evaluations will include optional pricing. The form stipulates that any failure to enter appropriate bid prices will lead to proposal rejection. There are requirements for performance bonds and evaluations of unbalanced bids to ensure government interest. This proposal process is essential for obtaining competitive bids while adhering to federal procurement regulations for construction projects.
    The document outlines the specifications for the P691 Aircraft Development and Maintenance Facility project at Naval Air Station Patuxent River, Maryland, as part of Task Order N40080-22F-4238. This comprehensive project is managed by Pond / Michael Baker Joint Venture and includes detailed structural and mechanical requirements across various divisions such as civil, electrical, and plumbing systems. The document includes a project table of contents that enumerates the guidelines and responsibilities for construction, including design, procurement, and installation processes. Specific sections of the document address critical aspects such as quality control, governmental safety requirements, existing conditions, environmental controls, and waste management. Additionally, appendices provide inspection and survey reports regarding hazardous materials. The overarching goal of this project is to enhance the facility’s capabilities while adhering to strict safety and regulatory standards, ensuring functionality and compliance within federal and local parameters. Overall, the document serves to guide the execution of the project while prioritizing safety, environmental protection, and operational efficiency.
    The document outlines Project P-691, presenting a comprehensive list of project drawings that offerors can review and download via the DoD SAFE system. Interested parties seeking access must contact Contract Specialist Molly Lawson, providing their email for document retrieval. The drawings cover various categories, including general, civil, architectural, structural, mechanical, electrical, and plumbing aspects, all marked as certified. The file serves as a critical component of federal contracting, facilitating the dissemination of essential technical documentation required for proposal submissions in response to a government RFP. By providing access to these detailed drawings, the document ensures that potential offerors have the necessary information to prepare their bids accurately.
    The Pre-Solicitation Feedback Template is a tool designed for companies to provide feedback on specific sections of government Request for Proposals (RFPs), federal grants, and state and local RFPs. The document outlines fields for essential information such as date, company name, reference details, page, and section for targeted input. It aims to streamline the feedback process, allowing organizations to articulate their comments and suggestions clearly related to the RFPs. This template supports improved communication between the government and potential contractors, fostering collaboration and ensuring that proposals align better with stakeholder expectations. Through structured feedback, it helps enhance the overall quality and effectiveness of federal and state procurement processes.
    The document outlines a Contractor Information Form required for submitting proposals in response to the Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) designated for facilities within the NAVAC Washington Area of Responsibility, which includes Washington DC, Virginia, and Maryland. Contractors must provide their general information, including DUNS, CAGE Code, firm name, and contact details. The form requires firms to indicate their business type, such as SBA certified 8(a), HUBZone, Service-Disabled Veteran-Owned, Small Business, or Economically Disadvantaged Women-Owned Small Business. Additionally, contractors must disclose their bonding capacity, including the name and maximum capacity of their surety. An additional space is provided for any clarifications regarding the submitted information. The document emphasizes the importance of adhering to the form's content without modifications, ensuring clarity and compliance in submission for government contracts. This process is part of the government's efforts to streamline contractor qualification for upcoming construction projects and ensure adherence to regulations in federal contracting opportunities.
    The Department of the Navy is issuing a draft solicitation for a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large-scale projects located in Washington D.C., Maryland, and Virginia. This is a full and open solicitation, aiming for a maximum contract value of $8 billion, with a two-year base period and up to two additional three-year option periods. The draft outlines project requirements, proposal instructions, evaluation factors, and compliance with safety standards. Key evaluation factors include management approach, corporate experience, past performance, safety, and small business participation. The solicitation emphasizes the importance of quality proposals with detailed management and execution strategies. Offerors are encouraged to submit feedback, with the final RFP expected post-evaluation of responses. The initial seed project covers the construction of an Aircraft Development and Maintenance Facility at Naval Air Station, Patuxent River, MD, highlighting the extensive requirements and expected performance metrics. Contractors must demonstrate both construction and design capabilities with relevant past experience to qualify for this opportunity.
    Similar Opportunities
    Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).
    N40080-23-R-0022 ACQR: 6070919 - P2203, Quarters 6 Whole House Revitalization, Marine Barracks, Washington, D.C.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the revitalization of Quarters 6 at the Marine Barracks in Washington, D.C., under contract N40080-23-R-0022. This $750 million project aims to restore and modernize the historic building, which serves as the residence of the Commandant of the U.S. Marine Corps, while ensuring compliance with safety and operational standards. Eligible contractors, specifically Small Business MACC holders, are required to submit detailed proposals addressing their experience and project strategies by February 27, 2025, with a completion timeline of 490 days post-award. Interested parties can reach out to primary contact Lindsay M. Brown at lindsay.m.brown14.civ@us.navy.mil for further information.
    Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC office, for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC). The contract is primarily for construction projects in support of Air Station Oceana, Joint Expeditionary Base Little Creek-Ft. Story, and Naval Air Station Yorktown in the Hampton Roads area, Virginia. The projects will include general building type projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000. The NAICS Code is 236220. The Request for Proposal (RFP) will be issued in November 2017.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction project, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The procurement process emphasizes a competitive evaluation based on price and past performance, with proposals due electronically by February 25, 2025, following a pre-proposal conference scheduled for January 29, 2025. Interested contractors should direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.
    AOC MACC Onboarding
    Buyer not available
    The Architect of the Capitol (AOC) is seeking qualified contractors for the Multiple Award Construction Contract (MACC) Onboarding, aimed at providing a range of construction services within the United States Capitol Complex and surrounding sites. This procurement involves a competitive indefinite-delivery indefinite-quantity (IDIQ) contract, with work encompassing maintenance, repair, alteration, and historical preservation/restoration projects, among others, with a total maximum ceiling of $250 million and a guaranteed minimum contract of $1,000. The selected contractors will be onboarded during Option Year 4 of the existing MACC IDIQ, which is critical for maintaining the integrity and functionality of the Capitol facilities. Interested parties must submit their proposals by January 9, 2025, and can direct inquiries to Matthew Hutcherson at matthew.hutcherson@aoc.gov for further information.
    Y--IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR FACILITIES PRIMARILY LOCATED WITH THE AREA OF RESPONSIBILITY OF NAVFAC MIDLANT,PWD NEW LONDON,CT AND PWD,NEWPORT, RI.
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking an 8(a) set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for activities within the mid-Atlantic region of the United States including support to Naval Submarine Base New London, CT and Naval Station Newport, RI. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. The initial project to be awarded is miscellaneous repairs to Naval Submarine Support Facility Buildings at Naval Submarine Base New London, CT. The NAICS Code is 236220.
    Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, through the Headquarters, Mission Installation Contracting Command, is seeking qualified contractors for a Firm Fixed-Price Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and minor construction services across seven military sites in the National Capital Region, including several U.S. Army Garrison locations and Arlington National Cemetery. The contract will support various Sustainment, Restoration, and Modernization (SRM) projects, encompassing a wide range of engineering disciplines such as architectural, civil, electrical, and mechanical work, ensuring the upkeep and enhancement of military infrastructure. Interested firms are encouraged to submit capability statements by February 28, 2025, to demonstrate their qualifications and experience, as the government aims to assess potential competition and small business involvement prior to the contract award, which is anticipated by January 16, 2026. For further inquiries, interested parties may contact Dawn Evans at dawn.i.evans.civ@army.mil or Starletta Redden at starletta.r.redden.civ@army.mil.