MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
ID: N6247026R0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.

    Files
    Title
    Posted
    The "ATTACHMENT A - CONSTRUCTION EXPERIENCE PROJECT DATA SHEET" is a form designed for offerors, joint ventures, or other entities to detail their construction or design project experience in response to government solicitations like RFPs, federal grants, or state/local RFPs. The form requires comprehensive information about past projects, including the firm's role (prime, sub, or joint venture), contract details (number, title, location, award/completion dates), and the type of work performed (new construction, land-based, in-water, or other). It also asks for the contract type (Firm-Fixed Price, Cost/Time and Material), and specific details for construction projects like award and final prices, and contract types (Design-Build, Design-Bid-Build, Delivery/Task Order). A crucial part of the form involves providing a detailed description of the project's relevance to the current RFP's requirements, including unique features, construction methods, sustainable elements, LEED certifications, and a breakdown of the work self-performed by the firm. This document serves as a structured method for government agencies to evaluate a contractor's relevant experience and capabilities.
    The document is a Pre-Proposal Inquiry Submission Form for Solicitation N62470-26-R-0012. It provides a structured format for submitting questions related to a government Request for Proposal (RFP). The form includes fields for reference, question, section, paragraph, submitted by, date submitted, and page number, facilitating clear and organized communication between prospective offerors and the issuing agency. This form is a standard component in federal government RFPs, designed to streamline the clarification process for complex solicitations.
    Attachment C, N62470-26-R-0012, outlines the solicitation submittal requirements for past performance evaluations, emphasizing the use of a completed CPARS evaluation if available. If a CPARS is not available, offerors must submit a Past Performance Questionnaire (PPQ) for each project included in their proposal for Factor 1, Corporate Experience. The document specifies that offerors should not submit a PPQ if a CPARS is available. It provides detailed instructions for completing and submitting PPQs, including contact information and submission procedures. The PPQ form itself is comprehensive, requiring information from both the contractor and the client, covering contract details, project description, and client evaluation. The attachment also includes a rating scale with definitions (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for various performance aspects such as quality, schedule, customer satisfaction, management, cost, and safety. Clients are requested to complete the questionnaire and can submit it directly to the offeror or, if preferred, to the Government's point of contact.
    Attachment D, titled “Historical Small Business Utilization,” is a critical component for offerors responding to government solicitations, specifically RFP N62470-26-R-0012. This form, required from both large and small businesses, facilitates the evaluation of Factor 3: Small Business Utilization and Participation. Offerors must detail their historical small business utilization and achievements for projects submitted under Factor 1, Corporate Experience. The document provides strict instructions for completion, emphasizing the need to use the provided format and to round percentages to the nearest tenth. It requires offerors to list project details, actual subcontracted dollar values and percentages for various small business categories (e.g., Small Disadvantaged, Women-Owned, HUBZone, Veteran-Owned, Service-Disabled Veteran-Owned), and, if applicable, the corresponding goals. Detailed explanations are mandatory for unmet goals or when there is no small business subcontracting achievement.
    Attachment E – SBPCD (Small Business Participation Commitment Document) is a mandatory form for all offerors, both large and small businesses, responding to RFP N62470-26-R-0012. Its primary purpose is to document and evaluate an offeror's commitment to small business utilization and participation, specifically for Factor 3 evaluation. The form requires offerors to provide detailed information on their prime contractor size, applicable socioeconomic categories, and a breakdown of total contract value into self-performed and subcontracted work. A critical component is the Small Business Participation table, which mandates a minimum of 20% total small business subcontracting. Offerors must identify committed small business subcontractors, detailing their categories, services, and the nature of their commitment. Explanations are required if the 20% minimum is not met, if subcontractors are not firmly committed, or if a large business offeror does not intend to subcontract.
    This document outlines the requirements for a Small Business Subcontracting Plan (SBSP) for Solicitation/Contract N62470-26-R-0012, specifically for large businesses. It details the essential information needed for an individual subcontracting plan, emphasizing compliance with FAR 19.704 and FAR clause 52.219-9. The plan requires contractors to establish specific subcontracting goals for various small business categories, including HUBZone, WOSB, SDB, VOSB, SDVOSB, AbilityOne, Alaskan Native Corporations, and Indian Tribes. It also mandates the identification of principal products/services to be subcontracted, methods for developing goals and identifying potential sources, and the inclusion of an administrator responsible for the subcontracting program. The document stresses the importance of outreach, monitoring, and reporting requirements through the eSRS system, along with record-keeping to ensure compliance and fair treatment of small business subcontractors.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide provides instructions for new and existing users to register and manage vendor roles within the DoD's PIEE platform. This system automates and secures solicitation processes. New users follow a step-by-step registration, creating an account and selecting roles like 'Proposal Manager' or 'Proposal View Only,' which determine access to actions such as submitting offers or viewing them. Existing users can add additional roles by updating their profiles. The guide also details various support resources, including help for new companies, account administrators, and technical assistance. A matrix clarifies the actions and menu items available for each role, emphasizing the 'Proposal Manager' role for submitting offers.
    The Request for Proposal (RFP) for "B60: PRODUCTION FACILITY REPAIRS - SIOP" at Portsmouth Naval Shipyard, Kittery, Maine, outlines extensive repairs and upgrades to Building 60. The project focuses on structural enhancements, life safety improvements, egress, and accessibility to meet current code requirements. Key elements include hazardous materials abatement, structural replacement, power distribution and system upgrades, building envelope repairs, and utility upgrades. The base bid has an estimated performance period of 608 calendar days, with mobilization contingent on the completion of ongoing projects by late summer 2026. The RFP includes eleven options, such as furniture, industrial equipment, radon fans, electronic security systems, and additional finishes. Given Building 60's historic status, all work must comply with the Secretary of the Interior's Standards for the Treatment of Historic Properties. The document emphasizes rigorous coordination, a detailed work sequencing and preparation plan, and strict adherence to Portsmouth Naval Shipyard regulations, including radiological controls and personnel requirements for U.S. citizens for general construction and electronic security systems.
    This government file outlines the specifications for the B60: Production Facility Repairs - SIOP project at the Portsmouth Naval Shipyard in Kittery, Maine. It is Volume 2 of 3 and details comprehensive requirements across various divisions, including procurement, general requirements, existing conditions, concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, furnishings, conveying equipment, fire suppression, plumbing, HVAC, integrated automation, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. A significant portion of the document focuses on the rehabilitation of concrete, covering scope, definitions, references, submittals, quality assurance (including contractor and personnel qualifications), work plans, mock-ups, acceptance criteria, and protection of completed work. It also details products for concrete preparation, formwork materials, polymers (epoxies), miscellaneous materials, mixture proportioning, and execution procedures for general requirements, crack repair, corrosion and surface repair, and concrete strengthening. The document emphasizes adherence to industry standards, safety, and environmental regulations.
    This document outlines the specifications for the B60: Production Facility Repairs - SIOP project at the Portsmouth Naval Shipyard in Kittery, Maine. It details requirements for wet pipe sprinkler systems, including hydraulic design, sprinkler coverage, and quality assurance. The project mandates adherence to NFPA 13, NFPA 24, and other relevant standards. Key personnel, such as a NICET Level III or IV Sprinkler System Designer and a Qualified Fire Protection Engineer (QFPE), are required. The document also specifies comprehensive submittal procedures, installation guidelines for aboveground piping, and rigorous field quality control measures, including pre-Government and Government final tests, to ensure full compliance and operational functionality. Additionally, it references fire pump installations and other related systems.
    The document outlines the comprehensive B60 Repairs project at Portsmouth Naval Shipyard in Kittery, Maine, initiated by the Department of the Navy, Naval Facilities Engineering Systems Command. This project involves extensive renovations and upgrades to Building 60, a historic facility, encompassing architectural, structural, civil, mechanical, plumbing, fire protection, and electrical systems. Key aspects include hazardous materials management (asbestos, lead-based paint, PCBs, mercury), adherence to strict building codes and historic preservation standards, and detailed plans for removals and new installations across multiple floors and mezzanines. The project emphasizes maintaining safety, managing environmental concerns, and coordinating with concurrent construction activities while ensuring uninterrupted access and utility services. Various load centers and surrounding naval activities are identified, along with specific requirements for archaeological monitoring, site constraints, and construction sequencing.
    This government file details extensive repair and removal plans for Building 60 at Portsmouth Naval Shipyard in Kittery, ME. The project encompasses work across the first floor, first floor mezzanine, second floor, second floor mezzanine, and roof levels. Key removals include various floor systems, interior partitions, doors, stairs, railings, ceiling systems (including acoustic tiles and gypsum board), and plumbing fixtures. Exterior work involves removing metal panel wall systems, overhead coiling doors, mechanical equipment, and specific roof elements like membrane roofing and fall protection railings. The plan emphasizes salvaging historical items like wood window sashes and beadboard, coordinating with hazardous materials removals, and referencing structural, mechanical, and plumbing sheets for detailed execution. The overall purpose is to prepare the building for repairs by systematically removing existing components while preserving historical elements where noted.
    This document outlines the B60 Repairs project at the Portsmouth Naval Shipyard in Kittery, ME, focusing on industrial equipment removals and hazardous materials management, as detailed in Volume 2 of the project plans. The project includes extensive architectural, structural, civil, plumbing, mechanical, fire protection, and electrical work. Key aspects involve the removal and proper disposal of hazardous materials such as asbestos, lead-based paint, PCBs, and mercury, adhering to federal, state, and local regulations and specific Navy/Marine Corps Intranet (NMCI) specifications. The project also addresses the removal of miscellaneous equipment and requires contractors to maintain building egress paths, secure the construction site, and protect historic features of Building 60, which is a contributing resource to the Portsmouth Naval Shipyard Historic District. All work must comply with Unified Facilities Criteria (UFC) and various international and national codes for mechanical, electrical, plumbing, fire prevention, and life safety.
    The provided government file, specifically electrical plans for 'B60 REPAIRS' at Portsmouth Naval Shipyard, Kittery, ME, outlines extensive electrical, lighting, and telecommunications system removals across multiple floors and mezzanines of Building 60. The project includes the complete removal of panelboards, conduit, wiring, disconnect switches, receptacles, lighting fixtures, lighting controls, and telephone/data outlets. Special attention is given to the removal of electrical connections serving industrial equipment, with specific instructions for cutting conduits flush with floor slabs or removing them entirely from below-floor trenches. The plans also detail the temporary relocation and re-establishment of power and telephone services for existing trailers, the removal of specific feeders and cables between buildings, and the protection of certain existing network and telephone cables for reuse. General notes emphasize compliance with the National Electrical Code, coordination with other trades, and specific requirements for wiring, conduit, and equipment ratings. The project also addresses the provision of a lightning protection system and a diesel generator, along with detailed schedules for various electrical components.
    The NAVFAC Red Zone Facility Turnover Planning Meeting is a crucial collaborative effort between the Client, NAVFAC, and the contractor, designed to ensure the timely completion and turnover of new facilities. Held at approximately 75% construction completion, the meeting focuses on schedule management, contract compliance, and identifying remaining actions. The process culminates in a detailed "NRZ Checklist/POAM Items" list, outlining responsibilities and due dates for critical activities. This checklist covers a wide range of tasks, from electrical and HVAC system testing to security installations, training, and final documentation. The Construction Manager monitors progress, and the completed checklist is placed in the contract file, serving as a vital tool for tracking progress and preventing delays in facility acceptance.
    The “B60 Production Facility Repairs - SIOP” project at Portsmouth Naval Shipyard, Kittery, Maine (Project #: 1740579, dated 9/17/2025), outlines a Statement of Special Inspections for a two-story structure with a height of 48 feet. Key details include a Seismic Design Category C, Risk Category II, and a Design Wind Speed of 115 mph. A Special Inspector of Record (SIOR) is not required. The Lateral Force Resisting System (LFRS) incorporates steel braced frames for vertical elements in mezzanines and composite steel deck/concrete slab rigid floor diaphragms for horizontal elements. The document explicitly states that there are no Designated Seismic Systems (DSS), mechanical/plumbing DSS, or other DSS requiring a Certificate of Compliance. Consequently, a Final Walk Down Inspection of non-structural DSS is not applicable to this project.
    The NAVFAC Internal Services Requirements List outlines the essential equipment and service needs for the B60 Production Facility Repairs - SIOP project (e-Project#1740579). This form, to be submitted 90 days prior to occupancy at each contract phase's end, details current inventory and requirements for janitorial services, including specific room square footages and flooring types across multiple floors. It mandates reporting on various systems and equipment such as fire suppression (pumps, sprinklers, alarms), HVAC components, boilers, pressure vessels, backflow preventers, emergency generators, and water cooler filters. Additionally, it covers gutters, downspouts, roofing, overhead doors, elevators, lightning protection, storm water management, oil/water separators, and motorized gates. The document also lists other recurring services like grounds maintenance, refuse removal, pest control, and snow removal. The detailed inventory includes fixtures, accessories like paper towel dispensers and soap dispensers, and notes on items removed, replaced, or for information only, such as existing stairs and walls being character-defining features. The purpose is to ensure comprehensive planning and inventory management for the facility's repair and occupancy.
    The document is a Request for Quotation (RFQ) for Furniture, Fixtures & Equipment (FF&E) for the B60 Production Facility Repairs-SIOP at Portsmouth Naval Shipyard, Kittery, Maine, dated October 1, 2025. It details a comprehensive list of items, including various types of chairs (task, guest, lounge, stack, nesting), desks (powered workstations, private office, instructor, standard office desks), tables (break room, occasional, training), storage units (lateral file cabinets, single-tier lockers), and a wide range of appliances (refrigerators, microwaves, coffee makers, trash receptacles, fire extinguishers, recycle containers, whiteboards, and LED displays with mounts). The RFQ also includes specifications for industrial equipment such as sewing machines, heat sealers, grommet machines, CNC textile cutters, poly bag sealers, heavy-duty racks, cabinets, tool cabinets, cantilever racks, waste containers, extension cord reels, cable protector ramps, and workbenches. A significant portion of the document focuses on detailed specifications for a Thermatron 15 kW Radio Frequency Dielectric Heat Sealer, outlining its scope, intended application, applicable standards (OSHA, NFPA, NEMA, ANSI, AWS), general equipment requirements, operating environment, electrical standards (grounding, overcurrent protection, NRTL approval, energy isolating devices), motor specifications (enclosures, mountings, duty cycle, efficiency, bearings, controller), personnel safety and health requirements (noise levels), environmental protection, hazardous material exclusions, painting guidelines, and identification plates. The document emphasizes that listed manufacturers and products are a basis of design, and other compliant products are permitted, with specific items requiring sole sourcing due to customization or unique requirements.
    This document outlines the B60 Price Schedule for Production Facility Repairs, detailing a comprehensive list of base price items and optional work. The base price includes structural/architectural, fire protection, mechanical, plumbing, electrical, civil earthwork, building demolition, hazardous material removal (industrial equipment, general hazardous materials, lead/cadmium/chromium paint, asbestos in various forms), utility connections, soil removal/backfill, and testing for hazardous materials (PLM, TEM, Paint, Dust, PCB). It also covers micropile installation, drilling spoils removal, and repairs to flooring, ceilings, and masonry. Optional items include Furniture, Furnishings, and Equipment (FF&E), Industrial Equipment procurement/installation, radon fans, Electronic Security Systems (ESS), wood window repairs, Additional Annex Repairs, Additional Finishes, Electrical Service Infrastructure, Resinous Flooring, and Communication Service Routing. The government reserves the right to exercise options 6 through 12 unilaterally within 365 days post-award. Award will be based on the total sum of Line Item 1, with options evaluated by adding their price to Line Item 1's total. Additional bonding and surety consent are required if options are exercised.
    The document, titled "B60: PRODUCTION FACILITY REPAIRS - SIOP," is a submittal register outlining various plans, reports, product data, and certifications required for a production facility repair project. It details preconstruction submittals such as work sequencing, salvage, contact personnel lists, outage plans, and archaeological coordination. The register also specifies closeout submittals, including sustainability eNotebooks, as-built schedules, and final reports. Key areas covered include safety (Accident Prevention Plan, lift plans, confined space entry, hot work permits), quality control, environmental management (waste management, spill prevention, hazardous material inventory), and specialized work like demolition, asbestos and lead abatement, and concrete and masonry repairs. The document emphasizes rigorous documentation for all phases, from initial planning to final closeout, ensuring compliance with various standards and regulations for facility repairs and upgrades.
    This solicitation outlines the requirements for a Request for Proposal (RFP) for construction projects at multiple Portsmouth Naval Shipyard (PNS) locations, specifically Kittery, ME, and Norfolk, VA. The project involves multiple award construction contracts (MACC) for new construction, renovation, alteration, and repair services, primarily focused on general, industrial, and waterfront construction projects. The estimated construction magnitude ranges from $1,000,000 to $50,000,000. Proposals will be evaluated based on price competitiveness, technical merit, and other factors, with the government reserving the right to negotiate and award contracts without discussions. All communication regarding this solicitation must be directed via email to Weston Polen, and proposals must be submitted through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Interested firms are strongly encouraged to register early for PIEE access.
    This government file outlines modifications and amendments to contract specifications, primarily focusing on cyber security requirements and administrative changes. It details updates to Condition Levels 1 and 2, including assessments and continuous compliance affirmations from affirming officials. The document emphasizes adherence to NIST SP 800-171, Part 199, and Conditional Certification Model processes, which apply to federal, state, and local RFPs and grants. Key sections address the handling of unclassified controlled information, incident reporting, and the roles of various personnel in maintaining security and compliance. Additionally, it provides specific guidance on supply chain risk management, federal contract information, and the protection of covered defense information. The file also includes forms for amendments and modifications, along with detailed instructions for completion and submission. These changes ensure that all entities involved meet stringent government-wide cybersecurity and administrative standards.
    Similar Opportunities
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems that support nuclear-powered submarines and associated facilities, involving significant upgrades to power distribution, energy storage, and water infrastructure. This initiative is critical for ensuring the operational reliability and resiliency of essential military utilities. Proposals are due by February 10, 2026, with a mandatory site visit scheduled for December 16, 2025, requiring prior security clearance and proof of U.S. citizenship. Interested parties can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.