ContractSolicitation

DESIGN-BUILD P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NSA NORFOLK, VA

DEPT OF DEFENSE N4008525R2638
Response Deadline
Mar 3, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the Design-Build of the P1678 NATO JFCNF Phase II Interim Modular Facility at NSA Norfolk, Virginia. This project requires contractors to demonstrate extensive experience in general construction, permanent modular construction, and design, with specific project criteria outlined in the solicitation and amendments. The contract, valued between $100 million and $250 million, will utilize a two-phase selection process, emphasizing technical approach, past performance, and safety plans. Interested parties must submit their proposals by March 3, 2026, and can direct inquiries to Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil for further details.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1JZ
CONSTRUCTION OF MISCELLANEOUS BUILDINGS

Solicitation Documents

15 Files
Project Information Form.docx
Word29 KBMar 12, 2025
AI Summary
The document is a Sources Sought – Project Information Form aimed at gathering relevant project experience from contractors in relation to federal and state/local Requests for Proposals (RFPs). Contractors are instructed to complete the form for up to five projects, limiting their responses to two pages for each project. Key information required includes contractor name, project specifics (e.g., project number, title, location, and type of work), financial details (contract price, completion date), and roles (prime or subcontractor). Additionally, the form seeks a detailed project description and the percentage of work self-performed. The structured format encourages clarity in presenting relevant experience, facilitating the evaluation process for government procurement teams. This systematic approach ensures contractors provide comprehensive and comparable data, aligning with the requirements of government contract evaluations for new construction, repair, or renovation projects.
Contractor Information Form.docx
Word24 KBMar 12, 2025
AI Summary
The document is a SOURCES SOUGHT – CONTRACTOR INFORMATION FORM, designed to collect essential contractor details for federal RFPs, grants, or local government proposals. The form requires contractors to provide general information such as their Unique Entity Identifier (UEI), CAGE code, firm name, address, and contact details of a point of contact (POC). It also mandates contractors to specify their business type, including options like large business, various small business classifications, and veteran-owned categories. Additionally, the form seeks information on the contractor’s bonding capacity, including surety name and maximum bond amounts for individual projects and overall aggregate limits. A section is provided for additional clarifications related to the information requested. The purpose of this form is to streamline the identification of potential contractors, help evaluate their capabilities, and facilitate compliance with federal contracting requirements. By consolidating necessary details in a structured format, it enhances the efficiency of the contractor selection process within the context of government solicitations.
P1678 NATO JFCNF Phase II SSN.pdf
PDF362 KBMar 12, 2025
AI Summary
The Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic is conducting market research for the design-build project, P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity in Hampton Roads, Virginia. This sources sought notice invites eligible small businesses, especially service-disabled veteran-owned, 8(a), HUBZone, and women-owned firms, to express their interest and capability to perform the necessary construction services. The project involves building a new facility using permanent modular construction (PMC), which must comply with established codes and standards, and includes site preparation and utility tie-ins. The estimated construction value ranges from $100 million to $250 million, with contract awards anticipated by December 2025. Interested firms must demonstrate relevant experience, bonding capacity, and business status by submitting specific forms by March 26, 2025. Responses should highlight experience in projects of similar size and complexity, particularly in areas pertinent to modular construction. This notice is strictly for gathering information and does not constitute a solicitation for proposals. The Navy will use the responses to assess interest and determine how to proceed with the acquisition process while maintaining confidentiality regarding submissions.
Solicitation - N4008525R2638.pdf
PDF478 KBFeb 20, 2026
AI Summary
This document is a Request for Proposal (RFP) (N4008525R2638) issued by NAVFAC Mid-Atlantic for a Design-Build project to construct a P1678 NATO JFCNF Phase II Interim Modular Facility at NSA Norfolk, VA. The acquisition, valued between $100,000,000 and $250,000,000, utilizes a two-phase design-build selection process. Phase I evaluates technical approach, experience (general construction, permanent modular construction, and design), past performance, and safety. Phase II, for selected offerors, evaluates technical solutions, small business utilization, and price. Key requirements include detailed experience in various construction types, robust safety plans (DART and TCR rates), and comprehensive small business subcontracting commitments. Offerors must submit proposals in separate price and non-price files, including an executed SF1442, a completed price proposal form, a bid bond, and current SAM registration. The contract will be a Firm Fixed Price (FFP) for construction services, emphasizing best value to the Government.
Amendment 0001 P1678 NATO.pdf
PDF4627 KBFeb 20, 2026
AI Summary
Amendment 0001 to solicitation N4008525R2638, effective January 28, 2026, extends the proposal due date from February 5, 2026, to February 11, 2026. This amendment updates evaluation factors for award, specifically Factor 2 - Experience, which now includes subfactors for General Construction, Permanent Modular Construction (PMC), and Design Experience, each with detailed requirements for project relevance, size, scope, and complexity. It also incorporates DFARS Provisions 252.204-7025 and 252.204-7021, mandating Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) prior to award. Additionally, the amendment provides responses to pre-proposal inquiries, an updated Attachment C (Experience Project Data Sheet), and Attachment H (JFCN IMF DB RFP) separately.
Amendment 0001 Pre-Proposal Inquiries.pdf
PDF309 KBFeb 20, 2026
AI Summary
This government file contains responses to pre-proposal inquiries (PPIs) for a federal design-build project, likely a Request for Proposal (RFP). Key areas addressed include cybersecurity requirements, specifically CMMC Level 1 certification, and the applicability of DFARS clauses 252.204-7021 and 252.204-7025. Several questions revolve around the experience requirements for contractors, such as the minimum construction value for past projects (initially $100M, with requests to reduce it to $50M or $25M), and the use of subcontractor experience for specialized work like deep foundation piles and permanent modular construction (PMC). The document also clarifies requirements for organizational charts, confirms the need for permanent modular construction, and provides an estimated timeline for Phase II notifications (April 2026). The government confirms it will consider progress payments for off-site modular unit fabrication, and that a Project Labor Agreement is not required. Many inquiries are directed to
Updated Attachment C - Experience Project Data Sheet.pdf
PDF252 KBFeb 20, 2026
AI Summary
This document, N40085-25-R-2638, titled "Design-Build, P1678 NATO JFCNF Phase II," is a Construction & Design Experience Project Data Sheet for a federal government Request for Proposal (RFP) at NSA, Hampton Roads, Virginia. It serves as a template for offerors, joint ventures, or other entities to detail their past construction and design experience. The form requires information such as firm name, UEI number, CAGE code, and contact details. It asks for the role performed (prime, sub, joint venture), contract numbers, award and completion dates, type of work (new construction, renovation, repair, alteration), and contract type (firm-fixed price, cost/time and material). Specific sections are dedicated to construction projects, requesting award and final price, and identifying the lead design firm if design-build. For design projects, it requests A/E design fees and total construction value. Finally, it prompts for a detailed description of the project's relevance to the RFP requirements, a description of self-performed work, and any other pertinent information. This data sheet is critical for evaluating the qualifications and experience of potential contractors for this design-build project.
Attachment A - Pre-Proposal Inquiry Log Template.xlsx
Excel11 KBFeb 20, 2026
AI Summary
The document is an
Attachment B - PIEE Vendor Access Instructions.pdf
PDF510 KBFeb 20, 2026
AI Summary
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage accounts within the Department of Defense's (DoD) PIEE platform. This system automates the capture of solicitations, attachments, and industry responses, offering two vendor roles: Proposal Manager (for submissions) and Proposal View Only. The guide provides step-by-step instructions for new users to self-register and for existing users to add roles, including creating a user ID, password, security questions, and completing profile and company information. Users must select a Solicitation module role, input their CAGE Code, and provide a justification for access. The registration concludes with a review, agreement to a Statement of Accountability, and password confirmation. The document also includes support information for account administrators, technical issues, and a matrix detailing roles and their associated actions within the PIEE Solicitation Module.
Attachment C - Experience Project Data Sheet.pdf
PDF152 KBFeb 20, 2026
AI Summary
The document, Attachment C, is a "Construction & Design Experience Project Data Sheet" for the Design-Build, P1678 NATO JFCNF Phase II project at NSA, Hampton Roads, Virginia (N40085-25-R-2638). This form is designed for Offerors, Joint-Ventures, or other entities to detail their construction and design experience. It requires information on whether the work was performed as a prime or sub-contractor, contract numbers, award and completion dates, type of work (new construction, renovation, repair, alteration), and contract type (Firm-Fixed Price, Cost/Time and Material). The form differentiates between construction projects (requiring award amount, final price, and contract type like Design-Build or Design-Bid-Build) and design projects (requiring A/E Design Fee, total construction value, and contract type like Full Plans & Specs or Designer of Record). Additionally, it mandates detailed descriptions of the project's relevancy to the RFP requirements, unique features, construction methods, and the work self-performed by the firm. This data sheet is crucial for evaluating a contractor's past performance and capabilities for government Design-Build RFPs.
Amendment 0002 P1678 NATO.pdf
PDF2661 KBFeb 20, 2026
AI Summary
Amendment 0002 to solicitation N4008525R2638 extends the proposal due date from February 11, 2026, to February 24, 2026. This amendment also updates the evaluation factors for award, specifically Factor 2 – Experience, and provides responses to pre-proposal inquiries. For General Construction Experience, offerors must submit 2-5 projects completed within 10 years, costing over $50 million, involving new construction of multi-story commercial/industrial/institutional buildings with deep foundations, structural support slabs, and structures with excessive soil settlement. For Permanent Modular Construction (PMC) Experience, 2-5 projects completed within 10 years, costing over $25 million, involving new construction of multi-story commercial/industrial/institutional PMC buildings are required. For Design Experience, 2-5 projects by the proposed Designer of Record (DOR) completed within 10 years, costing over $50 million, involving design of multi-story commercial/industrial/institutional buildings with deep foundations, structural support slabs, multi-level PMC, and structures with excessive soil settlement are required. A mandatory Construction & Design Experience Project Data Sheet (Attachment C) must be used, with each project not exceeding two pages. Joint Ventures and small business first-tier subcontractors have specific guidelines for submitting experience. Failure to meet minimum project submissions will result in an unacceptable rating.
Amendment 0002 Pre-Proposal Inquiries.pdf
PDF208 KBFeb 20, 2026
AI Summary
This government file addresses pre-proposal inquiries and amendments related to an RFP. Key topics include the possibility of pre-proposal exchange meetings during Phase II, and significant revisions to Factor 2 (Experience) requirements. These revisions aim to increase competition by allowing more offerors to qualify. However, a request for a six-week extension to the February 11, 2026, proposal due date was made to accommodate new offerors, which was addressed in Amendment 0002. Additionally, the file clarifies that a newly formed Joint Venture (JV) must be registered in SAM.gov and the PIEE module at the time of Phase I proposal submission and remain active through award. Another request for a three-week extension to finalize the Design-Build team was also addressed in Amendment 0002.
Attachment D - Past Performance Questionnaire.pdf
PDF626 KBFeb 20, 2026
AI Summary
The NAVFAC Form PPQ, or Past Performance Questionnaire, is mandatory for evaluations requiring a PPQ in federal government RFPs, specifically for the Design-Build, P1678 NATO JFCNF Phase II project at NSA, Hampton Roads, Virginia (N40085-25-R-2638). Offerors must submit completed Contractor Performance Assessment Reporting System (CPARS) evaluations if available for projects included in Factor 2 Corporate Experience. If CPARS is not available, the PPQ (Attachment D) must be completed by the client and submitted with the proposal. The form details contractor and client information, contract specifics, project description, and includes adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for evaluating performance across quality, schedule, customer satisfaction, management, cost, safety, and general compliance. Clients are encouraged to submit PPQs directly to the offeror, who then submits them with their proposal to NAVFAC. The government reserves the right to verify all information provided.
Amendment 0004 P1678 NATO.pdf
PDF366 KBFeb 20, 2026
AI Summary
Amendment 0004 to Solicitation N4008525R2638, issued by NAVFACSYSCOM MID-ATLANTIC, extends the proposal due date from February 24, 2026, to March 3, 2026. This amendment, effective February 20, 2026, explicitly states that no additional PPIs for Phase I will be accepted. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered valid.
Amendment 0003 P1678 NATO.pdf
PDF678 KBFeb 20, 2026
AI Summary
This government file, Amendment 0003 to Solicitation N4008525R2638, modifies a federal Request for Proposals (RFP) for a Firm Fixed Price (FFP) Design-Build Construction contract. The amendment primarily updates evaluation factors, specifically for Factor 2 – Experience, requiring offerors to submit 2 to 5 relevant construction projects demonstrating Permanent Modular Construction (PMC) experience. These projects must have a final construction cost of $15,000,000 or greater, involve new construction of a two-story or greater commercial, industrial, or institutional building, and have been completed within the last fifteen years. Experience from teaming partners specializing in modular construction can be used. The amendment also provides responses to pre-proposal inquiries and updates numerous applicable clauses and provisions, including those related to System for Award Management, small business program representations, and various labor and environmental regulations. Notably, the time for contract completion is set at 640 calendar days, with liquidated damages of $18,855.38 per day for delays.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 12, 2025
amendedAmendment #1· Description UpdatedJan 28, 2026
amendedAmendment #2· Description UpdatedFeb 9, 2026
amendedAmendment #3Feb 19, 2026
amendedLatest AmendmentFeb 20, 2026
deadlineResponse DeadlineMar 3, 2026
expiryArchive DateAug 31, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM MID-ATLANTIC

Point of Contact

Name
Kristy GERREK

Place of Performance

Norfolk, Virginia, UNITED STATES
NSA NORFOLK, VA

Official Sources