Multiple Award Construction Contract (MACC) - Large Scale Military Projects
ID: N4008025R9500Type: Solicitation
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 MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, an amendment to a Request for Proposal (RFP) (N4008025R9500), outlines key revisions for prospective offerors. The proposal due date has been extended to July 16, 2025. A new requirement for a negotiated Project Labor Agreement (PLA) has been added to the Price Proposal, necessitating re-submission of price proposals for those who previously submitted. The amendment also incorporates FAR Provisions 52.222-33 and 52.222-34, Alt II (b)(1). Additionally, the document details comprehensive submission requirements for the Price Proposal Package, including SF1442, Price Proposal Form, bid bond (SF-24) with a minimum single award bonding capacity of $250,000,000, active SAM registration, FAPIIS Certification, VETS-4212 Registration (if applicable), Joint Venture Agreements (if applicable), and Small Business Subcontracting Plans for other than small businesses. Furthermore, offerors must provide responsibility determination information, such as bank references, three latest fiscal year financial statements, and a description of facilities and equipment. These updates aim to ensure compliance, transparency, and a fair evaluation process for all bids.
    This amendment to the N4008025R9500 Request for Proposal (RFP) primarily extends the price proposal due date to July 31, 2025, while the non-price proposal due date remains July 16, 2025. It also revises the submittal structure for both proposal types, emphasizing that offerors must submit both to be eligible for award. Non-price proposals can be resubmitted if revised in whole, or previous submissions will be evaluated unless withdrawn. The amendment also addresses several inquiries regarding the Project Labor Agreement (PLA) requirement, confirming its retention and providing guidance on compliance with FAR and Executive Order 14063. The government affirms market research has been conducted for the PLA requirement and maintains its stance on bidders adhering to the RFP terms.
    This amendment extends the proposal deadline for solicitation N4008025R9500 to July 16, 2025, at 1400 local time, introduces a requirement for a negotiated Project Labor Agreement (PLA) to the Price Proposal, and incorporates specific Federal Acquisition Regulation (FAR) provisions. Offerors must update their Price proposals to include the negotiated PLA, while those who submitted previous proposals do not need to resubmit non-price proposals unless revised. Key submission components include a completed SF1442 form, a Price Proposal Form, bid bond, SAM registration, and other certifications. A Small Business Subcontracting Plan (SBSP) must be submitted by large businesses, outlining targets for small business participation, and a PLA is required for all submissions. Additionally, potential contractors must demonstrate financial capability through bank references, financial statements, and descriptions of facilities. The document serves as guidance for contractors seeking compliance with federal contracting requirements and emphasizes the importance of small business participation throughout the procurement process, reflecting the government's commitment to support diverse business engagement.
    This amendment revises the proposal submission requirements for the RFP N4008025R9500. It extends the deadline for price proposals to July 31, 2025, while maintaining the non-price proposal due date of July 16, 2025. Offerors must submit both types of proposals for eligibility. The document underscores the structure for submissions: non-price proposals must be submitted in PIEE, and revisions require full resubmission. The amendment addresses inquiries on the Project Labor Agreement (PLA) requirements, affirming that bidding should comply with respective regulations. Respondents express concerns over the PLA's impact on competition and labor sourcing. The amendment also acknowledges the need for additional time to negotiate PLAs and assess pricing, reflecting the complexities of contractor compliance and market conditions for this federal solicitation. Overall, the document aims to clarify proposal submission standards while addressing industry feedback regarding labor agreements.
    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, specifically for the Solicitation Module. This system enables automated and secure submission of solicitations, attachments, and responses. The guide details two vendor roles: Proposal Manager (for submitting offers) and Proposal View Only. It provides step-by-step instructions for new users to self-register for a PIEE account and for existing users to add additional roles. Key steps for new users include creating a user ID, password, security questions, completing user, supervisor, and company profiles, selecting roles (SOL - Solicitation, Proposal Manager or View Only), entering a CAGE Code, providing justification, and reviewing the Statement of Accountability Agreement. Existing users can add roles by accessing
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a crucial document for evaluating contractor performance in federal government RFPs, federal grants, and state/local RFPs. It gathers comprehensive information from both the contractor and the client to assess past project execution. The form is divided into sections for contractor details (firm information, work performed, contract specifics, and project description) and client information (client's role and questionnaire completion date). A significant portion of the document is dedicated to defining adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) used by clients to rate contractor performance across various categories. These categories include quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. The questionnaire also includes a general section for overall ratings and remarks, allowing clients to provide narrative feedback on strengths, weaknesses, and deficiencies. The completed form is intended to be submitted by the offeror with their proposal, with the government reserving the right to verify all provided information. This form is a standardized tool to gauge performance risk for future solicitations.
    The document is a Price Proposal Form (N4008025R9500) for the P691 – Phase II PAX River Aircraft Development and Maintenance Facility, detailing contract line items (CLINs) for various aspects of the project. It outlines a base price (CLIN 0001) for the entire facility, subdivided into site development (0001A) and construction (0001B). Additionally, it lists several option items (CLINs 0002-0009) including translucent panels, a bridge crane, a 5-part floor coating system, a sliding gate access, an Electronic Security System (ESS), an Audio Visual (A/V) System, and Furniture, Fixtures, and Equipment (FF&E). Bidders must provide unit and total prices, with clear instructions on how pricing discrepancies will be resolved. Failure to provide a price for any CLIN will lead to proposal rejection. The government reserves the right to award option CLINs within specific timeframes, with some options requiring additional bonding. This RFP emphasizes firm fixed proposed prices for most CLINs and details the scope of work for each item, including infrastructure requirements for ESS and A/V systems.
    The "PRICE PROPOSAL FORM N4008025R9500" outlines the cost breakdown for the Phase II PAX River Aircraft Development and Maintenance Facility project. It details various contract line items (CLINs) for the base price, which includes site development and facility construction. Additionally, the form lists several optional items such as translucent panels for the hangar bay, a bridge crane, a 5-part floor coating system, and a sliding gate access. The document also includes options for Audio Visual (A/V) system equipment and Furniture, Fixtures, and Equipment (FF&E). Bidders are required to provide firm fixed prices for all CLINs, with specific instructions for calculating unit and total prices. The government reserves the right to award option items within a specified timeframe, and additional bonding may be required if certain options are exercised.
    The document outlines the pricing proposal form N4008025R9500 for the Phase II PAX River Aircraft Development and Maintenance Facility. It details various contract line items (CLINs) for the base price of the facility, including separate subtotals for site development (0001A) and construction (0001B). The proposal also includes several option items: translucent panels for the hangar bay (0002, 0003), a bridge crane (0004), a 5-part floor coating system (0005), sliding gate access (0006), an Audio Visual (A/V) System (0007), and Furniture, Fixtures, and Equipment (FF&E) (0008). General bid notes specify how pricing discrepancies will be resolved, the consequence of failing to enter a price for any CLIN, and the government's unilateral right to award option items within specified timeframes. Firm fixed proposed prices are required for all CLINs, and additional bonding may be necessary if options 0002-0006 are exercised.
    The document is a price proposal form (N4008025R9500) for the Phase II PAX River Aircraft Development and Maintenance Facility, detailing various contract line items (CLINs) for bidding. It specifies base prices for the facility's development (20.28 acres) and construction (93,348 SF), along with several option items. These options include translucent panels for hangar bays (East, West, and North sides), installation of a bridge crane, a 5-part floor coating system, sliding gate access, an Electronic Security System (ESS), an Audio Visual (A/V) System, and Furniture, Fixtures, and Equipment (FF&E). Bidders must provide unit and total prices, with clear instructions on how pricing discrepancies will be resolved. Failure to price any CLIN will lead to proposal rejection. The government reserves the right to award certain option items within 365 days of contract award, with additional bonding required if exercised. The document emphasizes firm fixed proposed prices for most CLINs and directs bidders to specific sections for details on the A/V and FF&E options.
    The document acts as a placeholder for a government file that is not properly displayed. It indicates that the PDF viewer may not be able to display the content and advises the user to upgrade to the latest version of Adobe Reader or seek further assistance. It also includes trademark information for Windows, Mac, and Linux. The purpose of this file, in the context of government RFPs, federal grants, or state/local RFPs, is to serve as a technical error message rather than providing substantive information about a government project or opportunity.
    This Justification and Approval (J&A) document authorizes the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Washington to use brand-name Safespill Ignitable Liquid Drainage Floor Assemblies (ILDFA) Fire Suppression System for the P-691 Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD. This decision is based on the statutory authority permitting other than full and open competition, specifically Title 10, U.S.C. 3204(a)(1), due to Safespill being the only responsible source meeting agency requirements. The J&A explains that ILDFA is a water-based, environmentally safe alternative to Aqueous Film Forming Foam (AFFF) systems, which are being phased out due to environmental and public health concerns related to PFAS chemicals. The National Defense Authorization Act for Fiscal Year 2020 (NDAA) prohibits the purchase and use of AFFF. Safespill's system is compliant with Interim Technical Guidance (ITG) FY23-02, which recognizes only one Navy-compliant alternative to AFFF. Efforts to solicit other offers, including a Sources Sought announcement on Sam.gov, yielded no responses, confirming Safespill as the sole vendor capable of meeting the P-691 project's specific needs for environmental safety and compliance. The estimated cost for the Safespill system is approximately 0.37% of the total project cost, deemed fair and reasonable. The government will continue to monitor the industry for future competition.
    The Naval Facilities Engineering Command (NAVFAC) Washington has issued Solicitation N4008025R9500 for a Design-Build (DB)/Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large-scale U.S. Military Projects in Washington D.C., Maryland, and Virginia. The contract has an 8-year period with a total capacity not to exceed $8 billion, targeting approximately nine IDIQ contract awards. Task orders will range from $15 million to $1 billion, with a minimum guarantee of $10,000 per award. Proposals are due by April 29, 2025. Evaluation factors include Management Approach, Corporate Experience, Past Performance, Safety, Small Business Utilization, and Project Specific Requirements, with awards based on best value. The Seed Project, P-691 Phase II at NAS Patuxent River, MD, involves constructing a high-bay aircraft development and maintenance facility, including demolition of hazardous materials. Prospective offerors must be registered in SAM.gov.
    The NAS Patuxent River Signage plan aims to standardize and enhance wayfinding across the base, including Webster OLF and NRC Solomons Island. The updated system will improve identity and safety by unifying materials, colors, and typefaces, following Navy IAG, MUTCD, and Maryland Manual on Uniform Traffic Devices standards. Key components include a hierarchical sign system using Helvetica Medium typeface, consistent nomenclature, and durable Kynar 500© painted aluminum materials. Color schemes will utilize blue for general signage, brown for building identification, and green for street signs, with functional district-specific color bands. The plan details various sign types: Site Entry Identifiers, Street Name Identification, Vehicular Directional Signs, Pedestrian Wayfinding, Directories, Building Identification, Free-Standing Identification, Regulatory, Commercial, Electronic, Historic, and Environmental signs. Procedures for approval, maintenance, and installation ensure coordination and effectiveness. The overall goal is to create a cohesive, clear, and safe signage environment that complements the base's character and facilitates navigation.
    The Pre-Proposal Inquiry (PPI) Log outlines a specific inquiry made by RQ Construction regarding a federal solicitation dated March 17, 2025. The primary concern expressed in the log is the timeline for the delivery of final drawings to the offerors involved in the bidding process. This inquiry is a critical element of the Request for Proposals (RFPs) process, where clarity in project documentation is essential for bidders to prepare accurate and competitive proposals. The log indicates that the company seeks timely access to complete drawing sets, which are necessary for understanding project specifications and requirements. Such inquiries reflect the ongoing communication between potential contractors and government entities, ensuring that all parties are equipped with the necessary information for effective proposal submissions.
    The document outlines a Project Data Sheet for construction and design experience pertinent to federal and state RFPs. It requires information from an offeror or joint venture, such as firm name, contact details, project roles (prime contractor, subcontractor, etc.), project specifics like contract numbers, and award and completion dates. The file distinguishes between construction and design projects, specifying the type of work involved and the relevant contractual agreements. For construction projects, details like award amounts, final prices, and design leadership need to be reported, while design projects focus on architectural/engineering fees and total construction values. It emphasizes providing detailed project descriptions, highlighting unique features, sustainable elements, and self-performed work by the firms involved. The objective is to collect detailed qualifications and project-related information to assess firm capabilities for government projects, ensuring compliance with established standards and the identification of relevant experience suited for specific RFP requirements.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is a structured form designed for contractors to provide detailed information about their past work performance for federal government projects. The initial sections require contractors to fill in their information, including firm name, contact details, and their role in the project (prime contractor, subcontractor, etc.). It also asks for specifics about the contract, including numbers, types, award dates, and project dimensions such as the original and final contract prices, along with explanations for any changes. Following the contractor's input, the questionnaire directs the client to provide relevant feedback about their role in the project and to confirm the accuracy of the information provided through a signature. The document focuses on assessing the relevance and complexity of previous projects to strengthen future proposals. This comprehensive record emphasizes accountability, transparency, and the importance of past performance in the evaluation of government bids, enhancing successful navigation of federal and state/local RFP processes.
    The document outlines a Small Business Subcontracting Plan necessary to meet Federal Acquisition Regulations (FAR) requirements, specifically FAR 19.704. It establishes subcontracting goals that span total contract value, with specific allocations for large and small businesses, including categories such as Women-Owned Small Businesses (WOSB) and Veteran-Owned Small Businesses (VOSB). The plan requires the inclusion of supporting rationale for these goals and must coincide with any associated small business strategies. Section 2 details specific financial commitments to various business categories, emphasizing equitable opportunities for small businesses in contract solicitations. The plan describes subcontracting products and services, methodologies for setting goals, sources for potential subcontractors, and compliance methods, including record-keeping and reporting obligations. The contractor's designated administrator is responsible for implementing the plan and ensuring small business representation in bidding, maintaining outreach, and compliance with federal regulations. Overall, this document is an essential tool to facilitate small business participation in government contracts, promoting diversity and economic development through structured subcontracting initiatives.
    The document outlines the requirements for Attachment F - Historical Small Business Utilization, as part of a federal procurement process. This attachment must be completed by all offerors—both large and small businesses—to provide data on their historical utilization of small businesses for past projects. It aims to evaluate Factor 5, which focuses on Small Business Utilization and Participation. Key details include instructions for completing the form, which requires information on project specifics such as contract numbers, project titles, and offeror size. Offerors must specify whether contracts were performed as prime, subcontractor, or joint venture members, and indicate if a subcontracting plan was needed. They must provide actual dollar values and percentages for total project value, self-performed value, and subcontracted value, along with a breakdown of small business categories. Any unmet goals necessitate a detailed explanation, as does the absence of subcontracting achievements. The document serves as a mechanism for ensuring accountability in federal contracts, promoting small business participation in government procurement, and facilitating the evaluation of offerors’ past performance regarding small business engagement.
    The Small Business Participation Commitment Document (SBPCD) serves as a key compliance form for Offerors in the federal government contracting process, specifically for solicitation N40080-25-R-9500. This document aims to gather crucial information regarding small business utilization and participation, which is a significant evaluation factor in proposals. Offerors, both large and small, must provide details about their size category, subcontracting plans, and commitments to various socioeconomic small business categories, including HUBZone SBs, WOSBs, and SDVOSBs. The form requires Offerors to outline the total contract value, estimated subcontract values, and the percent breakdown of work to be self-performed versus subcontracted. Furthermore, Offerors must provide name and details of subcontractors, types of products or services, and the nature of their commitments. This document also enables the assessment of compliance with minimum small business participation requirements, typically set at 20%. The SBPCD highlights the federal government's dedication to promoting small businesses within its contracting framework, ensuring that larger companies contribute to the economic well-being of diverse and disadvantaged sectors. Compliance with these requirements is crucial as it directly influences eligibility for contract awards.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage their accounts within the PIEE platform, specifically focusing on engagement with the Department of Defense (DoD) solicitations. The guide details the two primary roles available for vendors: Proposal Manager and Proposal View Only, with instructions for new users to self-register and for existing users to add roles. The registration process includes creating a user account, answering security questions, and completing a user profile, which culminates in a verification step followed by approval from an Account Administrator. For existing users, the process involves logging in, verifying profile information, and adding roles as necessary. Additionally, the guide provides links for technical support, account assistance, and a Roles and Actions/Functions Matrix, clarifying what actions are permissible under each role. This comprehensive documentation serves to streamline vendor participation in federal and state procurement processes, enhancing efficiency and security in submissions and communications within the DoD framework.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) serves to assess contractor performance on federal contracts. The document is structured to collect essential information from contractors and clients about contract details, service quality, timeliness, customer satisfaction, management, financial management, safety, and general performance metrics. Contractors provide their details and specify their role in the project, while clients evaluate performance using a rating system with categories from Exceptional (E) to Unsatisfactory (U). The questionnaire covers aspects such as quality of work, schedule compliance, client satisfaction, and management effectiveness. Completion of the questionnaire by clients is mandated before submission to NAVFAC, emphasizing that this evaluation can impact future proposals. Furthermore, the form assures information verification and encourages open communication between clients and contractors to resolve issues efficiently. Overall, the PPQ-0 is critical for accountability in government contracting and aids the assessment of performance risks when selecting contractors for future projects.
    The document is a Price Proposal Form for the N4008025R9500 project concerning the Aircraft Development and Maintenance Facility at PAX River. It outlines the necessary contract line items (CLINs) where bidders must provide pricing for work related to the facility's development and construction. Key items include the base price for the facility, several optional enhancements like translucent panels, a bridge crane, a specialized floor coating, security systems, and audiovisual equipment. The proposal stipulates requirements for unit pricing, stating that any failure to provide a price will result in rejection of the bid. Additionally, it provides guidelines for optional work regarding Furniture, Fixtures, and Equipment (FF&E). The government reserves the right to award these options within a specified timeframe. The document emphasizes the importance of fixed pricing and the inclusion of supporting infrastructure in the proposals. Overall, it serves as a structured request for pricing and details required for the successful construction and development of the facility, adhering to federal contract standards.
    The document outlines the Price Proposal Form for the N4008025R9500 contract regarding the development and maintenance of an Aircraft Development and Maintenance Facility at PAX River. It specifies various contract line items (CLINs) for bidders to submit pricing for, including a base price for the entire facility (CLIN 0001) and several optional items for enhancements such as translucent panels, bridge cranes, floor coatings, and security systems (CLIN 0002 to CLIN 0009). Bidders are instructed to fill in unit prices and totals; discrepancies will lead to unit prices being deemed the intended bid. The Government reserves the right to award specific options within a year of contract award. A firm fixed price is required for the primary items, with detailed specifications referenced for optional equipment. The document emphasizes completeness in bidding, stating that failure to provide prices for any CLIN will result in rejection of the proposal, reflecting standard government procurement practices for RFPs and contracts.
    The document is a Price Proposal Form for the N4008025R9500 contract associated with the P691 – Phase II PAX River Aircraft Development and Maintenance Facility, revised May 9, 2025. It outlines various contract line items (CLINs) that bidders must price, including a base price for the construction and development of an Aircraft Maintenance Facility, as well as several optional items such as translucent panels on hangar bays, bridge crane installations, and the provision of audio-visual systems. Bidders are required to provide specific unit and total prices for each item listed, with guidelines on handling discrepancies in pricing. The government retains the right to award certain optional items within specified timeframes post-contract award. Key instructions stress the necessity for a firm fixed price and acknowledge the potential requirement for additional bonding if options are exercised. The document is structured into sections detailing general bidding notes and product execution, providing a comprehensive framework for bidders to follow in submitting their proposals for federal procurement related to the facility's development and maintenance.
    The document is a Price Proposal Form for the Phase II PAX River Aircraft Development and Maintenance Facility, identified as N4008025R9500. It outlines the pricing structure for a series of contract line items (CLINs) related to the construction and development of the facility. The primary focus is on a comprehensive bid that includes base costs for site development and construction, along with several optional items like translucent panels, a bridge crane, and audio-visual systems. Bidders must provide detailed unit prices and totals for each line item, with specific guidelines on how pricing discrepancies will be handled. The government retains rights to award additional options within stipulated timeframes and requires a firm fixed price for all proposed items. Additionally, any options exercised necessitate supplementary bonding. The proposal reflects rigorous guidelines typical in federal contracts to ensure transparency, accuracy, and accountability in public procurement processes. Overall, this RFP is structured to facilitate the development of a critical aviation facility while ensuring compliance with federal bidding requirements.
    The document appears to be a technical notice regarding Adobe Reader capabilities rather than content directly related to government RFPs, grants, or local proposals. It emphasizes ensuring the right software is used for viewing PDF files, specifically Adobe Reader, to access necessary information. There are references to trademarks associated with Windows, Mac, and Linux operating systems but no substantive content from a government file accessible in this instance. The overall purpose seems to communicate the importance of software compatibility to enhance the user experience in accessing federal grants or proposals, with no specific data or details about any programs or initiatives being presented.
    The Department of the Navy's Naval Facilities Engineering Systems Command (NAVFACSYSCOM) has issued a Justification and Approval (J&A) to utilize the brand name Safespill Ignitable Liquid Drainage Floor Assemblies (ILDFA) Fire Suppression System for the P-691 Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD. This system, which is environmentally safe and water-based, replaces traditional Aqueous Film Forming Foam (AFFF) systems due to increasing regulatory restrictions surrounding AFFF's hazardous chemicals. The J&A outlines that no other vendors can provide an ILDFA compliant with current requirements, as demonstrated by a lack of responses to a recent sources sought announcement. The anticipated costs have been found fair and reasonable, and the contracting officer has validated the necessity of this system by highlighting its alignment with sustainability goals, potential cost savings, and compliance with National Fire Protection Association standards. The approval underscores the urgent need for an effective fire suppression solution while addressing environmental and public health concerns related to the use of AFFF systems. Efforts will continue to monitor industry capacity to ensure future competition for similar needs.
    The document outlines the solicitation for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large-scale U.S. military projects within Washington D.C., Maryland, and Virginia, specifically for the Navy’s P-691 Phase II Aircraft Development and Maintenance Facility at NAS Patuxent River. The procurement seeks proposals from contractors with capabilities in Design-Build (DB) and Design-Bid-Build (DBB) projects. Key points include a pre-proposal conference held with strict guidelines, and an overview of evaluation factors that will influence contractor selection, including management approach, corporate experience, past performance, safety, and small business utilization. The document details procurement milestones, with proposals due by April 29, 2025, and outlines the scope of work, which involves extensive construction and specific project requirements such as the demolition of hazardous materials. An 8-year contract will be awarded, with a total capacity not to exceed $8 billion. Offerors must be registered in the System for Acquisition Management (SAM) and follow guidelines to ensure timely proposal submissions. This solicitation reflects the government's ongoing commitment to support military infrastructure through competitive contracting processes.
    The document is a sign-in sheet for a pre-proposal conference related to the NAVFAC Naval Facilities Engineering Command's solicitation for a large-scale project at NAS Pax River, MD, scheduled for April 9, 2025. It lists the names, organizations, emails, and contact numbers of attendees, including representatives from various construction and engineering companies. The sheet facilitates communication and organization among participants involved in the bidding process.
    The document outlines a comprehensive plan for a unified signage system at NAS Patuxent River to enhance wayfinding and create a cohesive identity across the installation. Existing signs vary in design and materials, necessitating an updated approach to ensure consistency and clarity in navigation for both vehicular and pedestrian traffic. The new signage will adhere to Navy standards and comply with the Manual on Uniform Traffic Control Devices, incorporating elements such as hierarchical sign types, specific typefaces (Helvetica Medium), and designated color schemes aligned with functional districts. The signage plan emphasizes the importance of clearly marked site entry identifiers, street names, vehicular and pedestrian directional signs, and building identification. Environmental and interpretive signs will be included to highlight significant historical and ecological features. Procedures for installation, maintenance, and inspections will ensure the longevity and effectiveness of the signage system. This initiative reflects a commitment to improve safety, organization, and the overall experience for those navigating the base while reinforcing the Navy's branding and operational identity.
    The document, "CONTRACTOR BASE ACCESS VISIT REQUEST INFORMATION," outlines the mandatory details for contractors seeking base access to federal facilities. It ensures compliance with the Privacy Act of 1974 by safeguarding personal data. The form, available at https://basics.navair.navy.mil, requires comprehensive information across six sections: Purpose of Visit (including classification level and dates), Point of Contact (POC) Data (federal sponsor), Requestor Data (initiating company/individual), Company Data (official business identification), Contract Data (for visits over 30 days), and Contractor/Visitor Data (personal, work, and access details). This includes specifying working status (on-site, off-site, or visitor) and security requirements like picture IDs and after-hours access. The document serves as a crucial guide for contractors to fulfill stringent government requirements for facility entry, ensuring proper authorization and data protection.
    The document outlines the procedures and requirements for submitting a Contractor Base Access Visit Request, adhering to the Privacy Act of 1974. It serves as a formal request for contractors needing access to government facilities, detailing necessary information across various sections. Key elements include specifying the purpose of the visit, point of contact, requester data, company information, contract specifics, and contractor/visitor details. Each section requires mandatory fields like the contractor's name, position, and personal identification information. Designers must indicate if access to classified information is needed, the duration of the contract, and other logistical details such as work location and essential personnel status. This document operates within the framework of federal government RFPs, ensuring security protocols are maintained while granting appropriate access for contractors as part of government projects or support operations.
    The Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Washington has issued Amendment 0001 to Solicitation N40080-25-R-9500 for a Design-Build (DB)/Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC). This amendment provides revisions to the solicitation, including a new due date of April 15, 2025, at 2:00 PM local time, updated instructions for proposers, revised clauses, and an updated wage determination. The contract, with an aggregate value not exceeding $8 billion over eight years, aims to provide large general construction services for U.S. military projects in Washington D.C., Maryland, and Virginia. Approximately nine Firm-Fixed-Price (FFP) IDIQ MACCs will be awarded, with three reserved for small businesses. Evaluation factors include Management Approach, Corporate Experience, Past Performance, Safety, Small Business Utilization, and Technical Solution, with price and non-price factors being approximately equal in importance.
    The document is an amendment to a solicitation concerning an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Construction Contract for large-scale military projects located in Washington D.C., Maryland, and Virginia. It outlines changes to the original solicitation, including specifications for accessing documents related to Project P-691, which involves an Aircraft Maintenance Hangar. Interested bidders must request access through specified contacts, adhering strictly to handling requirements for Controlled Unclassified Information (CUI). The amendment also provides a Price Proposal Form and details site visit arrangements, requesting coordination for personnel access. Additionally, it includes responses to inquiries from potential offerors regarding missing documents and project timelines, advising that updates will occur in subsequent amendments. Overall, this amendment ensures clarity and compliance among bidders while facilitating effective communication and access to necessary project materials.
    The document outlines an amendment to the solicitation for a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity Multiple Award Construction Contract for significant military projects in the D.C., Maryland, and Virginia area. Major changes include a revised proposal due date of April 29, 2025, and updated instructions for proposal submissions, emphasizing the necessity for Early registration in the PIEE solicitation module. The text clarifies that late proposals will not be accepted and outlines specific requirements for proposal submission, including updated definitions for recent construction experience. Additionally, the amendment modifies the terms regarding liquidated damages and extends the timeline for project completion to 801 calendar days post-award. Noteworthy deletions include specific Project Labor Agreement requirements, emphasizing adjustments based on the latest government guidelines. This comprehensive amendment aims to ensure clarity and compliance among contractors while facilitating robust project execution, reflecting the government's intent to improve the bidding process for military construction projects. The document emphasizes adherence to new federal guidelines and provides further clarification on specific inquiry responses.
    This document serves as an amendment to solicitation N40080-25-R-9500, which pertains to a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity construction contract for large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. The amendment includes critical updates such as timing details for a Preproposal Conference and Site Visit scheduled for April 9, 2025, along with revised submission requirements specified in the solicitation. Key revisions require participants to complete base access forms by April 4, 2025, and also introduce updated documentation for solicitation, including Justifications and Approvals for the Task Order Seed Project (P-691). Additional changes include the reformatting of submission text requirements and the inclusion of multiple revised attachments related to vendor registration, past performance, and small business participation. The document emphasizes that participants must adhere to the updated access protocols to attend the conference and site visit, stressing the contractor's responsibility for timely arrivals and safety compliance. Overall, the amendment aims to refine proposal procedures, enhance clarity in requirements, and facilitate effective contractor participation in upcoming projects.
    The document outlines Amendment 0005 to the solicitation N40080-25-R-9500 for a multiple-award construction contract aimed at large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. This amendment introduces updated instructions for a preproposal conference and site visit, including access requirements for the PAX River Base. It revises various solicitation sections, emphasizing changes to submission requirements and attachments for proposals. Key updates include the narrative length for task order proposals, site visit attendance procedures, and responses to previous proposer inquiries regarding organizational chart submissions, contractor experience, and small business participation. These changes ensure clarity and compliance in the bidding process, alongside addressing vendor questions, enhancing the overall solicitation’s effectiveness for potential contractors. The amendments encourage engagement from relevant small businesses while adhering to federal contracting regulations.
    The document is an amendment to a solicitation for a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. The amendment includes important details such as the provision of a Preproposal Conference and Site Visit, addition of revised price proposal forms, and responses to inquiries that clarify project specifications. Key changes include revisions to instructions and attachments, updates on pricing, and specifications related to project management, site conditions, and materials used. It emphasizes requirements for bidders, including the acknowledgment of amendments to avoid rejection of offers. The document serves to ensure compliance and clarity in the bidding process, enhancing understanding between the government and potential contractors about expectations and project specifications within the context of federal contracting processes.
    This document is an amendment to solicitation N4008025R-9500 regarding a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large-scale U.S. military projects in the Washington D.C., Maryland, and Virginia areas. The amendment extends the proposal due date from April 29, 2025, to May 6, 2025, and incorporates a final Geotechnical Report as an attachment, along with responses to several inquiries related to the project specifications. Key changes include clarifications on small business participation rates and requirements, request for proposal validity, and the inclusion of geotechnical information vital for proposal preparation. The document details various inquiries from potential offerors and the government’s responses, addressing topics such as audio-visual system budget allowances, design experience requirements, and logistics plan submissions. The amendment underscores the government's effort to provide clarity on project expectations, ensuring a transparent bidding process while encouraging participation from small business firms. Overall, this modification is essential for maintaining a fair and structured solicitation process for the contracting opportunities associated with the MACC project.
    The document pertains to an amendment (0008) for solicitation N40080-25-R-9500 related to a Multiple Award Construction Contract (MACC) for large scale U.S. military projects in the D.C. area. The amendment primarily addresses revisions in design documents and responses to submitted inquiries (PPIs) concerning construction specifications. Key revisions are outlined for various specification sections and drawing sheets, which include clarifications on installation requirements for plumbing systems, materials specifications, and project scheduling related to the demolition of existing structures. Answers to inquiries further clarify responsibilities regarding certain installations, such as gas lines and electrical systems, and establish timelines for associated projects, ensuring that contractors clearly understand the scope and requirements. The amendment emphasizes the need for detailed compliance with technical specifications and the importance of acknowledging receipt of this amendment to avoid proposal rejections. Overall, it underscores the significance of meticulous planning and coordination in executing military construction projects, reflecting the government's stringent approach toward compliance and project success.
    The document is an amendment to solicitation N40080-25-R-9500 for a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) targeting large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. This amendment revises the solicitation, clarifies proposal requirements, and updates design documents and attachments based on previous proposals. Key updates include: revised submission requirements for offerors, necessitating comprehensive company and financial information; clarifications on bonding capacities and small business subcontracting plans; and new specifications regarding project specifications and delivery methods. The amendment emphasizes the importance of updated registrations in the System for Award Management (SAM) and outlines compliance with federal regulations and requirements. Additional attachments uploaded to SAM.gov include vendor registration instructions, performance information, and past performance questionnaires. Changes related to project timelines, responsibilities for utility work, and contractor provisions for demolition of existing structures are also detailed. Overall, the amendment serves to provide clear guidelines for contractors and to ensure compliance with stipulated requirements in order to enhance project efficiency and competitiveness in proposal submissions.
    The amendment to solicitation N4008025R9500 pertains to the Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity construction contract for large-scale U.S. Military projects in the DC, Maryland, and Virginia areas. The primary objectives of this amendment include extending the proposal due date from May 6, 2025, to May 15, 2025, providing revisions to design documents, and responding to various Project Proposal Inquiries (PPIs). Modifications to specification sections and drawings address multiple concerns, such as warranty periods for curtain walls, acceptable manufacturers for materials, and nuances regarding controlled unclassified information (CUI) handling. The document articulates a structured approach to managing inquiries while detailing the expectation of compliance with various guidelines, including NIST 800-171 is related to CUI. Additionally, it highlights the importance of clarity on contract expectations, responsibilities of the prime contractor and subcontractors concerning compliance and operational requirements, alongside ensuring a transparent bid process. The compilation of responses also aims to foster equitable participation among bidding contractors by providing essential clarifications and updates. Overall, this amendment seeks to streamline the bidding process while maintaining compliance with federal regulations.
    The amendment pertains to the modification of the solicitation for the N40080-25-R-9500 IDIQ construction contract for large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. Major adjustments include revisions to the solicitation and design documents, with contractors expected to participate fully in pre-proposal conferences and submit responses for all task orders. Key changes address specification sections, design revisions, and inquiries regarding project documents and requirements, such as the provision and coordination of fiber optic and telecommunication systems. Detailed updates on significant aspects, including demolition timings, commissioning responsibilities, and construction materials are provided. This amendment reinforces the Government's commitment to ensuring clarity, compliance, and efficiency in the procurement process, ensuring contractors understand expectations and requirements for successful project execution in alignment with regulatory frameworks.
    The document outlines an amendment to solicitation N4008025R9500 for a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity Multiple Award Construction Contract (MACC) related to large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. The primary purpose of the amendment is to extend the proposal due date from May 15, 2025, to May 22, 2025, at 1400 Local Time, and to provide revisions to design documents per a previous amendment. The revised documents contain Controlled Unclassified Information (CUI), necessitating strict access controls, protection, and destruction procedures to ensure information security. Recipients must acknowledge the responsibility for safeguarding CUI, including reporting any suspected breaches. This amendment emphasizes compliance with government regulations regarding secure handling of sensitive information and outlines the procedural requirements for accessing and storing such documents. The significance of this amendment lies in facilitating the procurement process while ensuring appropriate security measures are in place for sensitive information pertinent to military construction projects.
    The document outlines Amendment 0013 to Solicitation N40080-25-R-9500 regarding a Design-Build/Design-Bid-Build multiple award construction contract for large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. Key changes include the introduction of a revised Price Proposal Form and new signage guidelines from the Installation Appearance Plan. Amendments also clarify revisions to design documents based on noted proposer performance inquiries (PPIs). The solicitation's proposal due date remains set for May 22, 2025. Changes encompass revisions to guidelines and specifications in various attachments, including construction experience requirements and subcontracting plans. The document emphasizes that contractors must acknowledge and incorporate these modifications to ensure compliance in their offers, thereby reflecting the federal government’s commitment to transparency and structured procurement processes. Overall, this amendment aims to facilitate a comprehensive understanding of project expectations and requirements among prospective contractors while upholding the integrity and quality of defense-related construction endeavors.
    The document is an amendment to the solicitation and modification of contract N40080-25-R-9500, which pertains to a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity Multiple Award Construction Contract for large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. The amendment is issued to revise design documents according to a preceding amendment and specifies that the proposal due date remains unchanged at May 22, 2025. It details the handling of Controlled Unclassified Information (CUI) included in the revised design documents, outlining strict access control measures, protection protocols, storage requirements, destruction methods, and incident reporting procedures to ensure compliance with federal regulations. Access to these documents is limited to individuals with a lawful government purpose. Recipients of the documents assume responsibility for safeguarding CUI and complying with handling requirements, with failure to do so potentially leading to contractual and legal repercussions. This amendment serves as a formal notification and sets forth stringent procedures to protect sensitive information while facilitating the ongoing military construction project.
    This document is an amendment to the solicitation for Contract N4008025R9500, which seeks proposals for a Design-Build/Design-Bid-Build construction project for U.S. military facilities in Washington D.C., Maryland, and Virginia. The amendment serves three main purposes: extending the proposal submission deadline from May 22, 2025, to May 29, 2025; providing a revised Price Proposal Form due to an earlier omission; and incorporating an updated wage determination to comply with labor standards. The wage determination outlines prevailing wage rates for various construction roles and specifies requirements related to Executive Orders on minimum wage and paid sick leave applicable to federal contracts. Key attachments include vendor registration instructions, past performance evaluations, and small business plans which are essential for proposal submission. This amendment underscores the government's commitment to ensuring federal contractors comply with labor regulations while facilitating the bidding process for construction projects.
    The document is an amendment to a federal solicitation concerning the Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for significant U.S. military projects located in Washington D.C., Maryland, and Virginia. The amendment, referenced as Amendment 0016, extends the proposal submission period and outlines additional requirements related to project labor agreements. New clauses regarding project labor agreements (PLAs) have been added and include various alternatives, enhancing compliance and procedural clarity for contractors. These PLAs aim to establish efficient labor relations and ensure availability of skilled labor in alignment with project goals. The amendment reinforces the necessity for acknowledging receipt of the changes prior to the specified deadline to avoid rejection of bids. This document is vital for contractors participating in the solicitation, ensuring they are informed of the revised conditions and requirements integral to their proposals.
    The document outlines an amendment to a solicitation for a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large-scale U.S. military projects located in Washington D.C., Maryland, and Virginia. It specifies that while all terms of the original solicitation are unchanged, the deadline for proposal submissions has been extended. This amendment requires acknowledgment of receipt to ensure offers are considered valid, affecting future offer submissions. The contracting officer's signature and contract information are provided, emphasizing the formal nature of the amendment and the adherence to federal acquisition regulations. The summary highlights the essential change affecting proposal deadlines, reflecting procedural compliance within federal grant and contracting processes.
    This document is an amendment to the solicitation associated with Contract N40080-25-R-9500, related to a Design-Build/Design-Bid-Build multiple award construction contract for large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. The primary purpose of this amendment is to correct the response date for price proposal submissions, extending the deadline to 1400 local time on July 31, 2025, while referencing amendment 0017 for full instructions. The amendment clarifies the process for contractors to acknowledge receipt of this amendment and includes essential information about modifications, contract administration, and required actions. It reinforces the importance of timely acknowledgment to avoid rejection of offers. Overall, this amendment ensures that potential contractors are informed of updated deadlines and submission protocols, facilitating compliance with federal contracting procedures for military construction projects.
    This document is an amendment to the solicitation N4008025R9500 and modifies the terms related to proposal submissions for a government contract. The deadline for the submission of price proposals has been extended from July 31, 2025, to August 7, 2025, at 2:00 PM local time. Non-price proposals remain due on July 16, 2025, also at 2:00 PM. To be eligible for award, offerors must submit both price and non-price proposals. The document also outlines procedures for acknowledging receipt of the amendment, which must be done prior to the specified deadlines to avoid rejection of offers. Additionally, it details administrative updates to the contract and emphasizes that all other terms of the original solicitation remain unchanged. This amendment ensures clarity in the proposal timeline and compliance requirements for bidding, reflecting standard practices in government procurement processes.
    The document serves as an amendment to solicitation N4008025R9500, officially extending the due date for price proposals from August 7, 2025, to August 14, 2025, at 1400 local time. Offerors are required to submit both price and non-price proposals to be eligible for award consideration. The amendment specifies that acknowledgment of this change must be received prior to the new deadline, either through the return of the amendment, acknowledgment on submitted offers, or via separate correspondence referencing the solicitation and amendment numbers. The document outlines the necessary procedures for acknowledging amendments and discusses the implications of potential modifications to existing contracts. It is issued by the NAVFAC and contains administrative updates relevant for contractors involved in the bidding process. Overall, the amendment is crucial for maintaining clarity in the procurement process and ensuring all participants are informed of the changes.
    This document is an amendment to the solicitation for Contract ID N4008025R9500. The main purpose is to extend the due date for price proposals from August 14, 2025, to August 31, 2025, by 1400 local time. Offerors are required to submit both price and non-price proposals to qualify for award consideration. The amendment clarifies that all terms and conditions of the original solicitation remain unchanged unless stated otherwise. Offerors must acknowledge receipt of this amendment to avoid rejection of their proposals. The contracting officer's contact information and the issuing agency's details are included, summarizing administrative changes per federal guidelines. Overall, this document ensures participants in the solicitation process are informed of critical deadlines and compliance requirements.
    The document outlines an amendment to a solicitation, specifically modifying the contract N4008025R9500. The key change noted is the extension of the price proposal due date from August 31, 2025, to September 2, 2025, by 1400 local time. To remain eligible for consideration, offerors must submit both price and non-price proposals. It details the requirements for acknowledging receipt of this amendment, which includes completing sections of the amendment form or submitting a separate letter referencing the amendment number. The solicitation continues under the existing terms and conditions, reaffirming that all other aspects remain unchanged. The modification was issued by the COMNAVFACSYSCOM in Washington, DC, and is part of standard federal procedures for contract solicitation amendments affecting procurement processes.
    Amendment 0023 to Solicitation N4008025R9500 extends the price proposal due date from September 2, 2025, to September 16, 2025, by 1400 Local Time. This amendment, effective August 20, 2025, requires offerors to submit both price and non-price proposals for eligibility. Receipt of this amendment must be acknowledged by offerors to avoid rejection of their proposals. The document is issued by COMNAVFACSYSCOM WASHINGTON.
    The amendment for solicitation N4008025R9500 extends the price proposal due date from September 16, 2025, to September 30, 2025, at 1400 local time. Offerors must submit both a price and a non-price proposal to be considered eligible for the award. The original solicitation was dated March 13, 2025, and this amendment, number 0024, was issued on September 5, 2025, by COMNAVFACSYSCOM WASHINGTON. Offerors must acknowledge receipt of this amendment to ensure their offer is not rejected.
    Amendment 0025 to solicitation N4008025R9500 extends the price proposal due date from September 30, 2025, to October 7, 2025, at 1400 local time. Offerors must submit both price and non-price proposals to be eligible for award. The amendment, issued by COMNAVFACSYSCOM WASHINGTON on September 17, 2025, modifies the original solicitation dated March 13, 2025. Offerors are required to acknowledge receipt of this amendment to ensure their proposals are considered.
    Amendment 0026 to solicitation N40080-25-R-9500 for Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity Multiple Award Construction Contracts for large-scale U.S. military projects in Washington D.C., Maryland, and Virginia, was issued on September 24, 2025. This amendment removes specific clauses related to Project Labor Agreements (52.222-33, 52.222-33 Alt I, 52.222-33 Alt II, 52.222-34, 52.222-34 Alt I). It revises solicitation instructions for proposers, detailing requirements for price proposal packages including executed SF1442, bid bonds (20% of project bid or $3M, whichever is less, with a $250M single award bonding capacity), SAM registration, FAPIIS certification, VETS-4212 registration, Joint Venture agreements (if applicable), and Small Business Subcontracting Plans for other than small businesses. The amendment also updates the Wage Determination for St. Mary's County, Maryland, effective June 27, 2025, outlining prevailing wage rates for various construction trades and clarifying compliance with Executive Orders 14026 and 13658 regarding minimum wage rates and paid sick leave.
    Amendment 0027 to Solicitation N4008025R9500 extends the price proposal due date from October 7, 2025, to October 14, 2025, at 14:00 local time. Offerors must submit both price and non-price proposals to be eligible for award. This amendment, dated September 29, 2025, from COMNAVFACSYSCOM WASHINGTON, modifies the original solicitation dated March 13, 2025. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered. The document emphasizes that all other terms and conditions of the solicitation remain unchanged and in full effect.
    Amendment 0028 to solicitation N4008025R9500 extends the price proposal due date from October 14, 2025, to October 28, 2025, no later than 1400 Local Time. Offerors are required to submit both a price and non-price proposal to be eligible for award. Those who previously submitted a non-price proposal are not obligated to resubmit unless they wish to do so. This amendment was issued by COMNAVFACSYSCOM WASHINGTON on October 6, 2025, and all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
    Amendment 0029 to Solicitation N4008025R9500 extends the price proposal due date from October 28, 2025, to November 6, 2025, NLT 1400 Local Time. Offerors must submit both price and non-price proposals to be eligible for award, though those who previously submitted non-price proposals are not required to resubmit. This amendment, issued by COMNAVFACSYSCOM WASHINGTON on October 21, 2025, clarifies that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
    Amendment 0030 to Solicitation N4008025R9500 extends the price proposal due date from November 6, 2025, to November 18, 2025, NLT 1400 Local Time. Offerors are required to submit both price and non-price proposals to be eligible for award. Those who previously submitted a non-price proposal are not obligated to re-submit unless they wish to make changes. This amendment, dated October 27, 2025, was issued by COMNAVFACSYSCOM WASHINGTON. All other terms and conditions of the original solicitation remain unchanged and in full effect.
    This document, Amendment 0031 to Solicitation N4008025R9500, extends the price proposal due date from November 18, 2025, to December 03, 2025, by 1400 Local Time. Offerors must submit both price and non-price proposals to be eligible for award, though those who have already submitted a non-price proposal are not required to resubmit unless they wish to. This amendment, issued by COMNAVFACSYSCOM WASHINGTON, ensures that all other terms and conditions of the original solicitation remain unchanged and in full effect.
    Amendment 0032 to Solicitation N4008025R9500 extends the price proposal due date from December 3, 2025, to December 10, 2025, at 1400 local time. Offerors are required to submit both a price and a non-price proposal to be eligible for award. Those who have already submitted a non-price proposal are not required to resubmit it unless they wish to do so. This amendment, issued by COMNAVFACSYSCOM WASHINGTON on November 21, 2025, emphasizes that offerors must acknowledge receipt of this amendment to ensure their proposals are considered for the federal government RFP.
    Amendment 0033 for Solicitation N4008025R9500 extends the price proposal due date from December 10, 2025, to January 14, 2025, no later than 1400 Local Time. Offerors must submit both price and non-price proposals to be eligible for award, though those who previously submitted non-price proposals are not required to resubmit. Offerors may acknowledge all issued amendments by including a single-sided page in their price proposals, as per Box 19 instructions. This amendment, issued by COMNAVFACSYSCOM WASHINGTON, ensures offerors have additional time to prepare and submit comprehensive proposals, emphasizing the importance of acknowledging all changes for a valid submission.
    Amendment 0034 to Solicitation N4008025R9500 extends the price proposal due date from December 10, 2025, to January 14, 2026, by 14:00 Local Time. Offerors must submit both price and non-price proposals to be eligible, though re-submission of non-price proposals is optional if previously submitted. Offerors can acknowledge all amendments on a single-sided page in their price proposals, but additional information on this page will not be considered. All other terms and conditions of the original solicitation, dated March 13, 2025, remain unchanged and in full effect.
    The document outlines Amendment 0001 for solicitation N4008025R9500, a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity Multiple Award Construction Contract (MACC) for U.S. military projects in D.C., Maryland, and Virginia. Key changes include an updated offer receipt date of April 15, 2025, and revisions to proposer instructions and contract clauses. The solicitation aims to award approximately nine contracts, including reserved opportunities for small businesses, with a total value not exceeding $8 billion over eight years. The amendment details the evaluation criteria for contractor proposals, emphasizing price, past performance, safety, management approach, and small business utilization. Firms must demonstrate relevant construction experience, financial capability, and a commitment to safety and small business participation. Each offeror is required to submit a variety of documentation, including past performance evaluations and safety records. The initial task order will involve constructing a facility at Naval Air Station Patuxent River, MD. The solicitation reflects the government's intent to foster competition and achieve high-value outcomes while ensuring compliance with regulations aimed at maximizing small business involvement. This structured approach exemplifies federal procurement processes targeting substantial military construction needs.
    The Geotechnical Engineering Report for the P-691 DBB Aircraft Development and Maintenance Facilities in Patuxent River, MD, outlines subsurface exploration results aimed at guiding construction practices. The report includes site conditions, geotechnical characterization, and recommendations for earthwork, foundation design, and pavement construction. Principal findings indicate variable soil conditions requiring careful consideration, particularly in structural load-bearing areas. The document recommends pre-consolidation measures to mitigate substantial post-construction settlement due to compressible clay layers. It advises specific fill types, compaction standards, and drainage protocols to ensure the site's stability. Ground improvement strategies, like Impact Piers and Rigid Inclusions, are proposed to support varying structural loads. The findings guide contractors in achieving compliance with design requirements while ensuring safety and durability in the proposed facilities' foundations and pavements. The report serves a crucial role in ensuring the project's structural integrity and environmental compliance, aligning with government RFP and compliance standards in federal and local contexts.
    The Department of the Navy is issuing a pre-solicitation notice for a multiple award construction contract (MACC) aimed at large-scale general construction projects in the Washington D.C., Maryland, and Virginia areas. Solicitation No: N40080-25-R-9500 outlines that this contract will employ a firm-fixed-price model under both Design-Build and Design-Bid-Build methodologies. Covering a wide array of facilities, the work includes construction, demolition, repair, and renovation across various types of buildings and systems. The contract span is eight years, with a total funding ceiling of $8 billion. The solicitation promotes full and open competition while requiring large business offerors to submit a small business subcontracting plan. Interested parties are directed to access the solicitation via the Procurement Integrated Enterprise Environment (PIEE) and must be registered in the System for Award Management (SAM) to participate. The anticipated issuance of the Request for Proposals (RFP) is expected around March 2025. All amendments and updates will only be available electronically, emphasizing the importance of regular checks on the designated website.
    The document outlines the design and specifications for a new Aircraft Development and Maintenance Facility constructed for the Naval Facilities Engineering Systems Command (NAVFAC) at the Naval Air Station Patuxent River in St. Mary’s County, Maryland. It details architectural and engineering requirements, including stair sections, access points, mechanical room layouts, and the necessary materials for construction, such as geotextile waterproofing and concrete-filled steel structures. Significantly, the document emphasizes consistent material identification across multiple sheets, indicating collaboration in the design process. The adherence to regulations is evidenced through references to safety features, such as fire extinguishers and reinforced structures. It serves as a comprehensive guideline for contractors to understand and implement the detailed construction plans effectively, ensuring compliance with federal standards for military facilities. The document also includes professional certifications and approvals, ensuring that all aspects meet legal and safety requirements.
    The document outlines the final submittal specifications for the Aircraft Development and Maintenance Facility at the Naval Air Station Patuxent River, Maryland, as part of the fiscal year 2024 Military Construction (MILCON) project P691. The submission includes detailed information on exterior materials and their manufacturing specifications, which comprise various types of concrete masonry units, fabricated wall panels, metal wall panels, and advanced glazing options. Specific manufacturers, colors, sizes, and finishes are noted for each material, aiming to ensure aesthetic consistency and functional performance. This technical submission is crucial for compliance with regulatory standards and quality assurance throughout the construction process. The involvement of licensed professionals in its preparation indicates adherence to engineering and architectural laws within Maryland. The document emphasizes the significance of material choices in achieving design intent and operational functionality while reflecting the overarching commitment of the Department of the Navy to excellence in military infrastructure. Overall, it serves as a comprehensive guide for contractors and stakeholders involved in the project, aligning with federal requirements for documentation in government RFPs and grants.
    The document pertains to a utility plan for construction at the Naval Air Station Patuxent River in Maryland, as part of the FY2024 Military Construction (MILCON) initiative. It outlines various underground utility components, specifying types and sizes of pipes, including domestic water lines, sanitary sewers, storm drains, and electrical and communication lines. The plan includes critical details such as the placement of cleanouts, valves, and manholes, as well as requirements for verifying existing utilities. The document emphasizes adherence to safety regulations and coordination with utility companies to manage the installation efficiently. Its organized structure includes labeled keynotes and general notes to support construction planning while ensuring compliance with government standards. Overall, this utility plan reflects a significant effort to improve infrastructure at the facility while maintaining safety and operational integrity.
    The document outlines the foundation plans for an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River as part of the FY2024 MILCON P691. It provides detailed engineering specifications, including different slab-on-grade designs, reinforcement requirements, and guidelines for vapor retarders and joint sealing. The plans indicate various concrete and masonry specifications, emphasizing structural integrity and drainage considerations. Key features include a 15-mil vapor retarder beneath all slabs, with distinct compositions for 5", 6", 8", and 14" slabs noted for structural reinforcement. The document stresses that all installations must comply with the relevant engineering standards and local regulations, including environmental and safety protocols. It also reflects the collaborative effort among licensed professionals to guarantee compliance and safety standards in the project. The summary captures the essential components of construction requirements, specifications, and safety measures, highlighting the government’s commitment to effective infrastructure development.
    The document pertains to the structural engineering plans for the Aircraft Development and Maintenance Facility located at the Naval Air Station Patuxent River, as part of FY2024 Military Construction Project P691. It outlines detailed structural notes and specifications for the low roof framing plans across different areas (A and C). Key elements include the design specifications for roof beams, joists, and deck materials, emphasizing compliance with engineering standards, such as spacing and load capacity. Additionally, it provides information on the maximum operating weights for mechanical equipment, which must be verified by the contractor before proceeding with any construction or equipment submittals. Notable safety and structural integrity measures are highlighted, including the requirement for detailed load calculations and joist framing guidelines. The document maintains a formal tone and serves as a foundational guideline for engineering and construction practices required for the facility's development, reflecting adherence to federal project standards and engineering certainties. The outlined plans illustrate the commitment to robust structural safety and compliance in military construction projects.
    The document outlines a detailed footing schedule for an engineering project involving various types and dimensions of concrete footings, particularly for an aircraft development and maintenance facility managed by the Naval Facilities Engineering Systems Command. It specifies footing types based on their dimensions, required depth, and reinforcement requirements, indicating configurations for both standard and tension tie footings. Key considerations include the necessary reinforcement bars, their arrangement, and specific notes addressing unique situations at certain columns. Additionally, the document denotes required capacities for tension anchors and outlines project details, such as approvals and engineering certifications. This technical document is vital for contractors submitting bids and ensures compliance with engineering standards necessary for the integrity of the facility’s foundations. Overall, it serves as a critical resource within the context of federal construction requests for proposals (RFPs) by providing structured technical specifications to guide construction practices.
    The document outlines the door schedule for the Aircraft Development and Maintenance Facility as part of the FY2024 MILCON P691 project by the Naval Facilities Engineering Systems Command. It specifies various door types, including steel and wood, along with their dimensions, thickness, and frame types. Notable door types include: WFI (Wood, Interior), SFI (Steel, Interior), and SFXD (Steel, Exterior with insulation), among others. The schedule includes critical details for each door, such as height, width, thickness, and frame specifications. Additionally, it details the requirements for fire ratings on specific door types, such as 45-minute fire resistance for certain steel doors. The document emphasizes compliance with construction standards and safety regulations, and it denotes approval from designated authorities, indicating it's a formal component of a federal RFP. The content reflects the government's commitment to ensuring robust infrastructure in military facilities, emphasizing safety through detailed design specifications and materials to be used.
    The document details specifications for the cast-in-place concrete work for Phase 2 of the P691 Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD. It outlines references to standard codes and practices from organizations such as the American Concrete Institute, ASTM International, and U.S. Army Corps of Engineers, among others. Key aspects include definitions, submittals, quality assurance measures, environmental requirements, and specifics for the concrete mix design, materials, and execution. Emphasis is placed on using locally sourced materials, minimizing environmental impact, and ensuring compliance with testing and certification standards. The plan calls for comprehensive testing protocols and submission of detailed data for certification to ensure the integrity and durability of concrete structures. Additionally, it highlights the need for sustainable practices in material selection and handling. This document is essential for guiding contractors in meeting government standards and ensuring successful project completion.
    The document outlines specifications for the Curtain Wall and Glazed Assemblies of the Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, Maryland. The scope includes adherence to various industry standards, including testing and quality assurance for materials such as aluminum and steel. It details the requirements for curtain wall systems, including structural integrity, energy performance, and weather resistance. Key components include materials specifications, installation methods, and stringent testing protocols to ensure performance under various load conditions. The document mandates that all materials like aluminum and steel conform to established standards and emphasizes the need for recycled content. It also specifies installation tolerances and methods of joint sealing to prevent air and water infiltration. Safety protocols for welding and the qualifications required for installation contractors are included, ensuring compliance with federal regulations and antiterrorism standards. Overall, this document serves to ensure that construction meets high standards of durability, safety, and energy efficiency while aligning with federal directives for military facility construction, thereby reinforcing the government's commitment to sustainable and secure building practices.
    The document outlines specifications for the installation of resilient flooring as part of Phase 2 of the Aircraft Development and Maintenance Facility project at Naval Air Station Patuxent River, MD. It references multiple ASTM standards and environmental certifications to ensure material quality and indoor air quality compliance. Key components include requirements for shop drawings, product data, samples, test reports, and certificates related to the flooring and adhesives. The flooring includes rubber tile and static-dissipative vinyl tile, each requiring specific certifications for indoor air quality and compliance with environmental standards. Surface preparation, moisture and bond testing, and proper application techniques are detailed to ensure optimal installation. The document emphasizes maintaining certain environmental conditions before, during, and after installation, along with requirements for extra materials and warranties. In summary, this specification serves to guide contractors in delivering high-quality, compliant flooring solutions for a governmental facility, reflecting thorough adherence to industry standards and environmental regulations in federal projects.
    The document outlines the specifications for the Testing, Adjusting, and Balancing (TAB) of HVAC systems for the P691 Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD. It details the required methodologies for duct air leakage testing (DALT) and adjustments to ensure compliance with industry standards, specifically referencing guidelines set by organizations such as ASHRAE, AABC, NEBB, and SMACNA. Key components include clear definitions of terminology relevant to TAB and HVAC systems, a comprehensive work description for the testing processes, and a list of specific responsibilities for involved parties including the contractor, TAB team supervisor, and field leaders. The document emphasizes quality assurance measures and outlines extensive reporting requirements for the work completed. Additionally, it establishes a mandatory schedule for submittals and work completion to ensure that all HVAC systems operate within specified tolerances for air and water flow rates. Overall, this detailed specification aims to foster optimal performance and safety standards for HVAC systems, thereby supporting the facility's operational efficiency while complying with governmental regulations and industry practices.
    The document outlines specifications for the audiovisual systems to be installed at the Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, as part of Project No. 1737036. It references industry standards and codes governing audiovisual design, installation, and performance verification. The scope of work includes the installation of audio and video equipment, control systems, cabling, and associated accessories, as well as training and system commissioning. Key points include qualifications for system contractors, emphasizing experience, local presence, and licensing. Detailed submittals, including qualifications, bid pricing, shop drawings, and operation manuals, are required for governmental approval. The execution section provides guidelines on installation, grounding, wiring standards, and testing procedures to ensure adherence to best practices and safety regulations. Finally, warranty provisions outline maintenance responsibilities and response times to service calls. This specification serves as a foundation for acquiring and implementing a reliable audiovisual system that meets the operational needs of the facility while ensuring compliance with federal requirements. The document reflects the strategic approach necessary for federal contracts regarding facility modernization and technology integration.
    The document outlines the earthwork requirements for the Aircraft Development and Maintenance Facility project at Naval Air Station Patuxent River, MD. It details measurement procedures for excavation, payment procedures, and excavation classification, emphasizing the need for accurate unit measurements and conditions for satisfactory materials. Key points include: - Excavation will be measured in cubic yards, and piping trench excavation will be measured in linear feet. - Payment will cover all necessary labor, tools, and materials, with classifications for common, rock, and unclassified excavation. - Criteria for bidding are based on specified elevations and the assumption of no obstructions. - Definitions clarify satisfactory and unsatisfactory materials, cohesive and cohesionless soils, and the need for materials suitable for backfill and stabilization. Additional instructions include strict adherence to safety regulations, testing, and quality control measures throughout the project. The document serves as a comprehensive guideline for contractors, establishing parameters for execution, environmental oversight, and compliance with relevant standards, showcasing the government’s aim for high-quality construction practices while ensuring safety and efficiency in public works.
    The document outlines the specifications for the installation of geotextiles for earthwork at the P691 Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD. It details payment processes based on contract unit prices and includes measurements and unit descriptions for installed geotextiles. The specification necessitates compliance with ASTM standards and outlines the required materials, including non-woven geotextiles made of synthetic fibers, and methods for securing the material during installation. Moreover, it stipulates the necessity for quality control measures, including pre-delivery certifications, site verification testing, and installation techniques to prevent damage during construction. The guidelines emphasize meticulous overlap and seaming procedures to ensure structural integrity while minimizing risks associated with installation and environmental exposure. The overarching purpose of this document is to ensure that the geotextiles are installed to meet engineering standards crucial for the durability and effectiveness of the facility's earthworks. In essence, it serves as a comprehensive directive for contractors to follow in executing the installation responsibly and in accordance with federal standards.
    The document outlines specifications for soil improvements using densified aggregate piers or rigid inclusions at the Naval Air Station Patuxent River as part of the Aircraft Development and Maintenance Facility project. The main purpose is to enhance soil bearing conditions and tension capacities for foundations. Contractors may choose between aggregate piers or rigid inclusions, with performance criteria specifying allowable bearing pressure and settlement limits. The project requires coordination between various parties for surcharging and soil improvement installation, as well as extensive monitoring and testing procedures to ensure design compliance. Key design parameters include specific bearing pressures of 4,000 psf for spread footings and a minimum modulus of 100 pci for both systems. Subsurface investigations will inform design decisions, with provisions for pre-drilling, testing, and quality control measures mandated throughout the construction process. The document emphasizes the importance of utilizing experienced designers and installers and mandates independent geotechnical oversight to validate installation practices. The detailed guidelines and requirements provided will support the successful execution of this critical infrastructure project within established safety and performance standards, illustrating the government's approach to ensuring quality and reliability in federal construction initiatives.
    The P691 Aircraft Development and Maintenance Facility Phase 2 project at Naval Air Station Patuxent River focuses on asphalt paving specifications essential for high-quality airfield construction. The document outlines payment methodologies based on the amount of hot-mix or warm-mix asphalt laid, detailing the process of measuring the mixture's weight and specifying no separate compensation for the asphalt binder itself. The specifications detail pay factors related to material quality, including density, smoothness, and laboratory assessments that guide payment adjustments as necessary. It stipulates rigorous acceptance/testing procedures for asphalt mixtures, including acceptance of various samples, testing for air voids, in-place densities, and ensuring the surface meets prescribed smoothness tolerances. A comprehensive quality control plan must be submitted and approved prior to production, along with designated roles for contractor personnel responsible for overseeing quality and compliance. This document highlights the Navy's commitment to maintaining high standards in construction and material performance, ensuring the completed airfield meets strategic operational requirements.
    The document outlines specifications for the asphalt paving project at the P691 Aircraft Development and Maintenance Facility, Naval Air Station Patuxent River, MD. It includes payment calculation methods based on the tons of hot-mix warm-mix asphalt used, stipulating full compensation covers all associated materials, tools, and labor. The document details factors influencing payment adjustments, such as laboratory air voids, in-place densities, surface smoothness, and grade adherence. Metrics are provided for quantifying lot pay factors, emphasizing quality control and the need for independent testing to ensure compliance with specifications. Additionally, it delineates requirements for asphalt mixing plants, acceptable materials and aggregate gradation, environmental protocols, and necessary quality control procedures. The document mandates strict adherence to mix designs, testing standards, and laboratory accreditation, ensuring materials used promote durable and safe asphalt pavement. Key definitions of lot sizes and testing protocols are included, highlighting the timeframe for compliance and factors affecting payment adjustments, all aimed at maintaining governmental quality standards throughout the project.
    The document outlines specifications for the Portland Cement Concrete Pavement at the P691 Aircraft Development and Maintenance Facility Project at Naval Air Station Patuxent River, MD. It details measurement and payment terms based on concrete volume, emphasizes compliance with various ASTM and ACI standards, and establishes quality control measures, including necessary certifications for materials and labor. Sections cover essential provisions such as mixing, transportation, and placement procedures for concrete, ensuring adherence to industry standards for varying weather conditions. The document mandates rigorous testing protocols for strength, slump, and air content, along with necessary submittals for government approval, specifically targeting product data and mix designs. Key focus areas include materials specifications for cementitious products, aggregates, admixtures, and reinforcement, along with detailed requirements for curing and surface finishing techniques. The specifications also prescribe guidelines for joint installation and concrete smoothness, with strict tolerances and quality verification methods. This comprehensive framework is designed to ensure high-quality pavement reflective of rigorous federal standards while adhering to possible budgetary requirements set forth in government solicitations.
    The document outlines specifications for the construction of concrete pavements at the P691 Aircraft Development and Maintenance Facility, Naval Air Station Patuxent River. It focuses on unit prices, measurement and payment adjustments based on concrete volume and pavement quality characteristics such as thickness, smoothness, and grade. Concrete will be measured in cubic yards, and payment adjustments are described for defects, including thickness deficiencies and surface irregularities. The document requires stringent quality control measures, including the appointment of qualified personnel for construction and testing, alongside specified testing methods and periodic reviews by the government. Pre-construction testing of materials, acceptance of concrete properties, and documentation requirements are critical to ensure compliance with project standards. The specifications aim to ensure the durability and quality of the pavements while addressing potential performance issues, reflecting the government's emphasis on safety and operational integrity within federal construction projects.
    The P691 Aircraft Development and Maintenance Facility Phase 2 project at Naval Air Station Patuxent River, MD, includes specifications for concrete curbs, gutters, and sidewalks. The document establishes measurement and payment guidelines for these elements, detailing how quantities will be assessed—sidewalks measured by square yards and curbs/gutters by linear feet at the gutter line. It references relevant industry standards, including ASTM and AASHTO specifications for materials and testing. Environmental requirements dictate precautions for temperature extremes during concrete placement, with specific guidelines for curing methods, including the use of burlap and impervious sheeting. The document also outlines required materials, including concrete with a minimum strength of 3500 psi and features for curb and gutter joint fillers and sealants. Execution guidelines cover subgrade preparation, form setting, concrete placement, and finishing techniques, highlighting standards for quality control and surface tolerance. It addresses necessary joint construction for sidewalks and curbs to allow for expansion and contraction, protection from moisture loss, and correction methods for any deficiencies in thickness or surface smoothness. This document serves as a comprehensive guide to ensure high standards of concrete work, emphasizing adherence to technical specifications in federally funded infrastructure projects, thus fostering project quality and compliance with government regulations.
    The document outlines specifications for stormwater utilities in the second phase of the Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD. It details unit pricing for various components such as pipe culverts, box culverts, storm drainage structures, walls, and headwalls, specifying measurements and payment structures. The document also lists standards for materials and construction methods, referencing industry publications from AASHTO and ASTM that guide acceptable practices and materials. Key construction requirements include guidelines on excavation, backfilling, installation of pipes, and jointing, emphasizing proper materials, techniques, and adherence to quality control procedures. Key stipulations include the necessity for sturdy bedding and protection from environmental impacts during installation, along with responsibilities for testing and inspection after completion. Overall, the purpose of the document is to set forth clear standards and guidelines for contractors involved in stormwater management projects, ensuring compliance with federal regulations, safety, and functionality. This is particularly relevant in the context of government RFPs as it establishes the baseline expectations for procurement and contract execution within public works.
    The document outlines specifications for the overhead electric bridge cranes to be installed at the Naval Air Station Patuxent River, Maryland, as part of the Aircraft Development and Maintenance Facility Phase 2 project. It details various standards and references relevant publications from recognized organizations like ANSI, ASME, and ASTM that govern crane design and safety. Key elements include crane design criteria, operational requirements, and mandatory safety standards, specifying that the cranes must support a rated capacity of 15,000 pounds, operate in specified hazardous environments, and comply with rigorous electrical and mechanical standards. Additionally, the document highlights quality assurance measures, including inspections, certifications, and the qualifications needed for manufacturers and professionals involved. The objective of this specification is to ensure the safe and efficient operation of the cranes within the designated facility, while also aligning with federal and local safety regulations. It emphasizes the importance of adhering to stipulated design parameters and safety protocols to mitigate risks associated with crane operations. Overall, this document serves a critical role in guiding contractors and manufacturers in delivering compliant and functional equipment for military applications.
    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
    Buyer not available
    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.
    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
    Buyer not available
    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.
    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
    Buyer not available
    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.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in 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 deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    2027 McConnell AFB MACC IDIQ
    Buyer not available
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.